Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOLICITATION NOTICE

Z -- CIVIL ENGINEER FACILITY AND EQUIPMENT SUPPORT TO INTELLIGENCE AND RESEARCH AND DEVELOPMENT ACTIVITIES - Attachment 4 CLINs and Clauses - Attachment 2 Labor Block Pricing Schedule - Atttachment 9 QASP - Attachment 8 WPAFB Base Facility Standards - Equipment List - Attachment 1Perfomance Work Statement - Attachment 7 Technical Capablities - Contractor Price Book - Attachment 5 SCA Wage Deternintation 05-2420 - Attachment 6 Ordering Procedures

Notice Date
4/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-R-0002
 
Point of Contact
Joshua J. Morell, Phone: 9375224520, Scott MacDonald, Phone: 9375224599
 
E-Mail Address
joshua.morell@us.af.mil, scott.macdonald.2@us.af.mil
(joshua.morell@us.af.mil, scott.macdonald.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Ordering Procedures Wage Determination Contractor Catalog Price Book Contractors technical capabilities requirement PERFORMANCE WORK STATEMENT FOR CIVIL ENGINEER (CE) FACILITY AND EQUIPMENT SUPPORT TO INTELLIGENCE AND RESEARCH AND DEVELOPMENT ACTIVITIES Listing of equipment that will be maintained by the contractor under this contract Copy of the current base facility standards. Quality Assurance Surveillance Plan Contractors Pricing Schedule Contract Line Items and terms and contract clauses. COMBINED SYNOPSIS/SOLICITATION Combined Synopsis/Solicitation Number : FA8601-16-R-0002 NAICS Code: 561210 Small Business Size Standard: $38,500,000.00 Set Aside: N/A •1. This is a combined synopsis/solicitation for a commercial requirement which is expected to result in an award of a firm-fixed price indefinite delivery/indefinite quantity, i.e. Civil Engineering Support, as described under the paragraph below titled "Requirement." This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement and no additional solicitation will be posted. •2. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the combined synopsis/solicitation; (2) that receives a rating of "Acceptable" on the Technical Capability Subfactors 1, 2 and 3; and (3) is determined to represent the best value to the Government when evaluating tradeoffs between the Technical Factor for Subfactors 4 and 5 and Price Factor and (4) submits a Total Evaluated Price that is fair and reasonable and does not contain unbalanced pricing. The technical rating for Subfactors 4 and 5 are more important than price and a higher technical rating for Subfactors 4 and 5 may warrant award to other than the lowest priced offeror. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fairness and reasonableness of proposals received. If discussions are entered into, it will be the Government's judgment as to the "correction potential" of the offeror's proposal and whether or not to enter into discussions with each offeror. •3. This Request for Proposal (RFP) incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-86, effective 01 Feb 2016; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN20151230, effective 30 Dec 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2015-1001 effective 01 Oct 2015. Combined Synopsis/Solicitation Closing Date: Proposals must be received not later than 2:00pm, Eastern, on 20 May 2016. •4. You are required to submit 1 hard copy and 1 electronic copy (contained in one email) of the proposal in accordance with the format/organization detailed below. Submit the electronic copy with subject line "Combined Synopsis/Solicitation FA8601-16-R-0002" to MSgt Joshua Morell ( joshua.morell@us.af.mil ) and Procuring Contracting Officer (PCO), Scott MacDonald ( scott.macdonald.2@us.af.mil ). Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending an email with attachments, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. All questions must be submitted to the buyer and PCO with title "FA8601-16-R-0002, Civil Engineering Support Services". VOLUME VOLUME TITLE PAGE LIMIT I Technical 20 II Price & Offer Documentation See instructions in paragraph 5.b. •5. Pages in excess of above limitations will be removed and not evaluated. When both sides of a sheet display printed material, it shall be counted as 2 pages. Each page shall be counted except the following: Covers, tab dividers, title pages, glossaries, and tables of contents. Pages shall be single-spaced, with text size no less than the equivalent of Times New Roman font size 10. Margins shall be at least one inch. Tables, charts, graphs and figures are allowed up to size 11 x 17 inches (foldout style) and will be treated as one page. Each volume shall be separately bound in a three ring loose-leaf binder with a cover sheet and binder cover clearly delineating volume number and title. •6. Volume Description: •a. Volume 1 must include: • i. The offeror's technical information as requested in Technical Subfactors 1-5 of Attachment 7, Technical Capability. No Pricing information shall be addressed in this volume. The technical volume shall be clear, concise with sufficient detail for effective evaluation and for substantiating the validity of stated claims. The offeror should not simply rephrase or restate the Government's requirements, but instead provide convincing rationale to address how the offeror intends to fulfill the requirements. •b. Volume 2 must include: • i. Provide a cover letter with Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, and Tax Identification number. In the cover letter, provide the name(s), title(s), telephone number(s), email address(es), and fax number(s) of the individual(s) authorized to, make decisions on behalf of the offeror regarding the offer submitted, negotiate with the Government, and who can obligate the offeror contractually. Provide in the cover letter a statement that the offer and prices will remain in effect for 90 days after the proposal due date. • ii. Fully completed Pricing Schedule, Attachment 2 to this combined synopsis. The Pricing Schedule must clearly show the fully burdened prices for each block of hours and totals as indicated in the Pricing Worksheet. All cost associated with providing the specified blocks of labor hours shall be included. They will be evaluated for completeness and balance of pricing. See instructions on "Instructions tab" of Pricing Schedule inside of Pricing Schedule for instructions on filling out. Ensure all prices are stated in United States Currency. Prices bid for Tab B-Regular Time Labor Block and Tab C-Overtime Labor Block and Material Handling % will be incorporated into the contract for ordering. • iii. Provide completed Provisions, Representations, Certifications, Acknowledgements, and Other Statements of Offerors. Please note that 52.212-1(e), Multiple Offerors, is deleted from the solicitation and marked RESERVED. • iv. List of commercial suppliers with pre-priced catalogs/e-books for ordering material. Example list is provided as Attachment 10 Contractor Price Book in this solicitation. Offeror shall provide a list in the same format as the example list. The list will be included as part of the contract. Requirement: The Contractor shall administer and provide all personnel, equipment, tools, materials, supervision and other items and services for Civil Engineer (CE) Facility and Equipment Support to Intelligence and Research and Development Activities, located on Wright-Patterson Air Force Base (WPAFB), Ohio. The Contractor shall administer, coordinate, recruit, select, hire, manage, supervise, train, report on and accommodate required support services in accordance with (IAW) the terms and conditions of the contract and the requirements and standards of the Performance Work Statement. Period of Performance: 1 July 2016 to 31 March 2017 Place of Performance: Air Force Institute of Technology (AFIT), Air Force Research Laboratories (AFRL), 88th Air Base Wing (ABW) organizations, National Air and Space Intelligence Center (NASIC), 711th Human Performance Wing (HPW), Naval Medical Research Unit (NAMRU), and Air Force Petroleum Agency (AFPA) at Wright-Patterson Air Force Base. Total Evaluated Price (TEP): Will be the calculated by taking most likely scenario of hours blocks purchased for each lab as identified in Attachment 2, plus Government Estimated Material to be purchased $2,300,000, plus Material Handling Dollars. [i.e. Price of Regular and Overtime Most Likely Hours + $2,300,000 + (Contractors MH% X $2,300,000) = TEP] To account for the six-month extension possible under clause FAR 52.217-8, Option to Extend Services, the Government will take the sum of the proposed prices for the Base Nine (9) Months and add the sum to the prorated six-month value of the base Nine Months. The resulting amount will be the Total Evaluated Price. Evaluation of option(s) shall not obligate the Government to exercise option(s). Provisions and Clauses: A ttachment four (4) contains provisions and clauses for the acquisition of commercial items are incorporated into the RFP. If the offeror has completed the FAR 52.212-3 provision online, the offeror shall only complete paragraph (b) of this provision with its quote. FAR 52.212-3 Paragraph (b) is attached can found in attachment 4 in the Full Text Clauses. If the offeror has not completed the DFARS 252.209-7991 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7991 can also be found in Attachment 4 in the Full Text Clauses. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) indefinite delivery/indefinite quantity contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government reserves the right to award with or without discussions, and the Government reserves the right not to make an award at all. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Attachments: 1. Performance Work Statement (PWS) (Pages: 82; Date: 18 February 2016) 2. CE Lab Support Labor Block Pricing Schedule (Pages: 4; Date: 11 February 2016) 3. CE Lab Support Contract - Equipment List (Pages: 88; Dated: 11 February 2016) 4. CLINs, Provisions and Clauses (Pages: 55; Date: 20 Apr 2016) 5. Wage Determination (Pages: 19; Date: 4 February 2016) 6. Ordering Procedures (Pages: 1; Date: 11 February 2016) 7. Technical Capability (Pages: 2; Date: 11 February 2016) 8. Base Facility Standard, Wright Patterson AFB, OH (Pages 233; Date Aug 2014) 9. Quality Assurance Surveillance Plan (Pages: 42) 10. Contractor Price Book CLIN 0023 description IAW PWS para 1.1.2.2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0002/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04089485-W 20160422/160420234055-32b34685856ad88b02b95209b899736b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.