MODIFICATION
R -- Weapon Storage Facility Construction Integration Support - Attachment 6 - Provisions - Attachment 1 - PWS
- Notice Date
- 8/17/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZNK, 1551 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117, United States
- ZIP Code
- 87117
- Solicitation Number
- FA2360-16-R-8045
- Archive Date
- 9/19/2016
- Point of Contact
- Lisa Postma, Phone: 5058464362
- E-Mail Address
-
lisa.postma@us.af.mil
(lisa.postma@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment 1 - PWS dated 17 Aug 16 Attachment 6 - Provisions dated 17 Aug 16 *********** Update 17 Aug 16 REVISION 2 to the COMBINED SYNOPSIS/SOLICITATION 1. Attachment 1 - PWS, Paragraph 3.5.1 Travel is hereby revised as follows to correct the number of trips required for 3.2 Schedule Support and 3.3 Administrative Support. FROM: 3.5.1 Estimated Trips per year per PWS paragraph 3.1 Integration Support - 12 trips per year 3.2 Schedule Support - 6 trips per year 3.3 Administrative Support - 2 trips per year TO: 3.5.1 Estimated Trips per year per PWS paragraph 3.1 Integration Support - 12 trips per year 3.2 Schedule Support - 2 trips per year 3.3 Administrative Support - 6 trips per year 2. The response date in the Combined Synopsis/Solicitation paragraph 12 is revised: FROM: Offers shall be submitted no later than 4:00 PM Mountain Daylight Time, 18 Aug 16 TO: Offers shall be submitted no later than 12:00 PM Mountain Daylight Time, 22 Aug 16 3. The response date in Attachment 6 - Provisions, FA 52.212-01 INSTRUCTIONS TO OFFERORS, paragraph (c) is revised: FROM: Offers shall be submitted no later than 4:00 PM Mountain Daylight Time, 18 Aug 16 FROM: Offers shall be submitted no later than 12:00 PM Mountain Daylight Time, 22 Aug 16 4. "Attachment 1 - PWS dated 15 Aug 16", is hereby replaced with Attachment 1 - PWS dated 17 Aug 16." 5. "Attachment 6 - Provisions" is replaced with "Attachment 6 - Provisions dated 17 Aug 16" 6. All other terms and conditions remain unchanged. ************* Updated 15 Aug 16 QUESTION and ANSWER 1. Question: Attachment 4 - Services Summary does not include an ODC CLIN. Where should travel costs be priced? What are the details for trip duration and location? Answer: Travel costs should be included in CLINS X001, X002, and X003 as annotated in each CLIN description. PWS paragraph 3.5.1. specifies the estimated number of trips for each CLIN. At this time we can't specify exact location of the trips but they will all take place CONUS (contiguous US). Each trip is estimated to be two days in length, not including travel. Attachment 1 - PWS will be revised to identify trip length. REVISION 1 to the COMBINED SYNOPSIS/SOLICITATION 1. Attachment 1 - PWS, Paragraph 3.5.1 Travel is hereby revised as follows to clarify average trip length: FROM: 3.5.1 Contractor employees may have occasion under this contract to travel from their regular duty location to various CONUS temporary duty locations. (CDRL A003) Estimated Trips per year per PWS paragraph 3.1 Integration Support - 12 trips per year 3.2 Schedule Support - 6 trips per year 3.2 Administrative Support - 2 trips per year TO: 3.5.1 Contractor employees may have occasion under this contract to travel from their regular duty location to various CONUS (contiguous US) temporary duty locations. Average trip length is 2 days, not including travel. (CDRL A003) Estimated Trips per year per PWS paragraph 3.1 Integration Support - 12 trips per year 3.2 Schedule Support - 6 trips per year 3. 3 Administrative Support - 2 trips per year 2. "Attachment 1 - PWS dated 10 Aug 16", is hereby replaced with Attachment 1 - PWS dated 15 Aug 16." 3. All other terms and conditions remain unchanged. ************** 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is FA2360-16-R-8045. This solicitation is issued as a request for proposal (RFP). 3. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-89 effective 14 JUL 16. 4. This requirement is a 100% Total Small Business set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code for this synopsis/solicitation is 541990 All Other Professional, Scientific, and Technical Services with a Size Standard of $15M. 5. Summary Description of Service: The Air Force Nuclear Weapons Center (AFNWC)/PZNK proposes to enter into a single Firm Fixed Priced, commercial contract for Weapon Storage Facility (WSF) Construction Integration Support services. The purpose of this acquisition is to assist the AFNWC with the review of the WSF construction project to include specifications, monitoring, and analyses of execution activities to ensure proper integration of facility design, military construction, security systems, design/installation, nuclear certification and final facility preparation activities for each facility. The three main functions of this effort are: Integration, Scheduling and Administration. See Attachment 1, Performance Work Statement "Weapons Storage Facility Construction Integration Support." 6. Period of Performance: Base 1-year period, with four 1-year options. Within each period there are two technical options that may be exercised. A six month extension of services option is also included. Estimated start date is 19 Sep 16. 7. Notice to Offerors: 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. Funding is anticipated to be available prior to the estimated award date of 8 Sep 16. 8. See Attachment 4, Schedule of Services, for a list of the services to be acquired. The schedule of services includes a list of all contract line item numbers (CLINs) and period of performance, including all options, to be included in the resulting contract. This effort is FOB Destination, Kirtland AFB. 9. See Attachment 5, Clauses, for a list of all clauses applicable to this solicitation. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, FAR 52.212-4 Addendum, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, apply to this acquisition. 10. See Attachment 6, Provisions, for a list of all provisions applicable to this acquisition. FAR 52.212-1 Instructions to Offerors - Commercial, FAR 52.212-1 Addendum, and FAR 52.212-2 Evaluation -- Commercial Items are all applicable to this solicitation. Upon award of this effort, Attachment 6, Provisions will not be included in the resulting contract. All offerors are advised that they shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 11. This is a Defense Priorities and Allocations System (DPAS) DO-A5 rated order. 12. Offers shall be submitted no later than 4:00 PM Mountain Daylight Time, 18 Aug 16 via E-mail to the Contracting Officer (CO) Lisa Postma, Lisa.Postma@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30MB. Emails containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30MB will not be received by this office. 13. Point of Contact. The Contracting Officer (CO) is the sole point of contact for this acquisition. Address any questions or concerns you may have to the CO, Lisa Postma, 505-853-4362 or email Lisa.Postma@us.af.mil. 14. Attachment 3, Exhibit A: DD Form 1423, Contract Data Requirements List (CDRL), iBlock A for each CDRL has a handwritten correction from "X003" to "X004". The resulting contract will include updated CDRLs referencing the correct CLIN number in Block A. Attachments: 1. Performance Work Statement "Weapons Storage Facility Construction Integration Support" 2. DD Form 254 3. Exhibit A: DD Form 1423, Contract Data Requirements List (CDRL) 4. Schedule of Services 5. Clauses 6. Provisions 7. DOL Wage Determination "WD 05-2361 Rev -18" dated 01/05/2016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e1df5d343163a368554cae13c74800f)
- Place of Performance
- Address: Kirtland AFB, United States
- Record
- SN04227512-W 20160819/160817234521-4e1df5d343163a368554cae13c74800f (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 |