SOLICITATION NOTICE
P -- 2 Bldg. Demo, Bldgs. 534 & 107 - Solicitation Attachments
- Notice Date
- 9/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-16-Q-0066
- Archive Date
- 4/7/2017
- Point of Contact
- Eric J. Wienke, Phone: 660-687-5399, Janet Judkins, Phone: 660-687-4291
- E-Mail Address
-
509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil
(509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of work dated 14 July 2016. WAFB extended policy and designated tobacco use areas. Interested vendors to submit pricing and acknowledge any/all amendments to this solicitation. See addenda to FAR 52.212-1 for more information. Past performance questionnaire for interested vendors to submit to references to populate and route in response to this solicitation. See addenda to clause 52.212-1 for more information. WAFB extended policy on cell phone usage and hands free devices on installation. WAFB procedures for foreign nationals to access the installation. WAFB extended policy on drug/alcohol use while on installation. Service Contract Labor Statute wage determination applicable to this effort. Environmental report detailing asbestos and lead materials found within both structures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-16-Q-0066. This procurement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 238910. For the purpose of this procurement the small business size standard is $15M. REAL ID Act: For either the site visit or submission of proposals, all personnel requesting access to Whiteman Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Whiteman Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance." Services required are listed below: CLIN Quantity Unit of Issue Description 0001 1 Each Bldg. 107; demolition, abatement, salvage, utility work, and site restoration in accordance with the Statement of Work dated 14 July 2016. 0002 1 Each Bldg. 534; demolition, abatement, salvage, utility work, and site restoration in accordance with the Statement of Work dated 14 July 2016. **Prepare your quote in accordance with the addenda to clause 52.212-1, Instructions to Offerors - Commercial Items** A single site visit will be held 15 Sept 2016 at 1:00 P.M. Central. Interested attendees must make reservations by 4:00 P.M. on 14 Sept 2016 in order to attend. Attendance is strictly limited to no more than two attendees from each firm. Attendance reservation requests can be made to 509cons.sollgca@us.af.mil, or by calling SSgt Eric Wienke at (660) 687-5399. In accordance with AFI 31-101, Security Defense, installation access for foreign nationals requires an applicant to undergo a review process. See Attachment #5, WAFB Foreign National Access Policy Memo, for additional guidance. Questions must be received NLT 16 Sept 2016 by 1:00 P.M. CST; all questions will be addressed and posted on www.fbo.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, Defense Procurement Notification 20160830, and Air Force Acquisition Circular 2016-0603. The following FAR Clauses and Provisions are hereby incorporated by reference into this solicitation with the same force and effect as if incorporated by full text: 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-7, System for Award Management Registration; 52.204-13, System for Award Management (SAM) Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications); 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Companies; 52.219-8, Utilization of Small Business; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combatting Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.229-3, Federal, State, and Local Taxes; 52.232-1, Payments; 52.232-9, Limitations on Withholding of Payments; 52.232-11, Extras; 52.232-39, Uneforceability of Unauthorized Obligations; 52.232-40, Accelerated Payments to Small Business Subcontractors; 52.236-2, Differing Site Conditions; 52.236-6, Superintendence by the Contractor; 52.236-7, Permits and Responsibilities; 52.236-10, Operations and Storage Areas; 52.236-12, Cleaning Up; 52.236-13, Accident Prevention; 52.236-14, Availability and Use of Utility Services; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-17, Government Delay of Work; 52.246-13, Inspection - Dismantling, Demolition, or Removal of Improvements; 52.247-34, F.O.B. Destination; 52.249-3, Termination for Convenience of the Government (Dismantling, Demolition, or Removal of Improvements); 52.252-1, Provisions Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments; 252.236-7006, Wide Area Workflow (WAWF) Instructions (fill ins populated on resulting contract); 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items; 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations; The following AFFARS Clauses apply to this acquisition: 5352.201-9101, Ombudsman: AFICA/KG, Col Fiona A. Christianson, 66 Kenney Avenue, Barksdale AFB LA 71110, 318-456-6336, ig.afica_kg.workflow@us.af.mil; 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations; Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgca@us.af.mil or by FAX to (660) 687-7083 to the attention SSgt Eric Wienke. NOTE: Quotations must be received by 27 Sept 2016, 3:00 PM CST; late quotations will not be considered for award. Offerors must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Addenda to 52.212-1, Instructions to Offerors - Commercial Items A. FAR 52.212-1(c), is changed to read: (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm until 15 Dec 2016. B. To assure timely and equitable evaluation of quotations, Offeror's must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of three (3) separate parts; Part I - Technical, Part II - Price, and Part III - Past Performance. C. SPECIFIC INSTRUCTIONS: 1. PART I - TECHNICAL - Limited to no more than ten (10) pages. Submit original plus one (1) sanitized copy with CAGE code only. * The sanitized copy will remove all information that could tie a quotation to a specific Offeror, with the exception of the CAGE code. The sanitized copy will be utilized by the soure selection team for evaluation purposes only. a. The technical part shall include the Offeror's Schedule, Demolition Plan, Safety Plan, Abatement Plan, and Disposal Plan. b. The Schedule shall identify synchronized work, encompassing phases of abatement, salvage, demolition, and site restoration of both structures. c. The Demolition Plan shall identify the firm's plan of action for the following: (i) Site Preparation (ii) Building Demolition (iii) Asphalt/Walkway Demolition (if required) (vi) Foundation Removal (v) Utility Demolition and Removal (vi) Site Restoration d. The Saftey Plan shall identify the firm's specific safety procedures which will be observed and enforced under this effort. e. The Abatement Plan shall identify the specifics on how the firm intends to remove both the asbestos and lead paint from the two structures. f. The Disposal Plan shall identify the firm's processes for recycling, salvage, and general waste/harzardous waste disposal. g. In addition to the above, the Offeror must identify what portions of work, if any, will be sub-contracted. 2. PART II - PRICE: a. An authorized official of the firm must sign Attachment #9, Schedule & Acknowledgement. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. b. Complete all the CLIN information in Attachment #9, Schedule & Acknowledgement. c. Complete the necessary fill-ins and certifications of all provisions specified in the solicitation. Submit only the representations and certifications that are not already completed electronically in the System for Award Management (SAM) Database IAW FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I. d. Acknowledge any and all amendments to the solicitation on Attachment #9, Schedule & Acknowledgement. e. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; Offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. PART III - PAST PEFORMANCE - Limited to no more than 25 pages. a. When addressing past performance evaluation criteria set forth in this solicitation, the Offeror shall provide recent and relevant information regarding an Offerors actions under previously awarded contracts. A recent contract effort is defined as occurring within five (5) years from the date of issuance of this solicitation. Relevant performance includes performance of efforts that are similar in scope, magnitude and complexity on demolition projects sharing similar phases of work, but not limited to, structural demolition, harzardous material abatement, utility work, and site grading/restoration with a total contract value of at least $25,000.00. b. The Offeror shall forward a copy of Attachment #8, Past Performance Questionnaire to a minimum of two (2) but not to exceed five (5) of their most recent references, for whom the Offeror has contracted similar services with the commercial sector, Federal, State, or Local Governments. If the Offeror does not have Government references, the Offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. The questionnaires must be forwarded to a verified point of contact at each of those agencies or business organizations for completion. Prior to forwarding the questionnaire to each reference, the Offeror shall complete Section 1 entitled "Contract Identification". Offerors may include with their proposal information on problems encountered on the identified contracts and the Offerors corrective actions. The Government will consider this information as well as information obtained from any other sources when evaluating the Offerors past performance information. Past Performance Questionnaires will only be accepted from Project Owners or their authorized representatives. Past Performance Questionnaires will not be accepted from Prime Contractors, Subcontractors, or Manufacturers. c. Once completed, the Past Performance Questionnaire can be faxed to: (660) 687-7083, or by email to 509cons.sollgca@us.af.mil, with receipt no later than the proposal due date. Offerors are responsible for ensuring that their reference sources receive the questionnaires in time to complete and return the questionnaire no later than the solicitation close date. d. If the Offeror claims there is no past performance, then that status must be identified to the Contracting Officer not later than the date/time quotations are due from all Offerors. Lack of any past performance will not automatically disqualify an Offeror. See Addenda to FAR 52.212-2 for more information. D. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation (i.e., General Information, Statement of Work (SOW)), and Government standards and regulations pertaining to the Statement of Work. 2. Any limitation on the number of pages. Pages exceeding the page limitations set forth in 52.212-1 will not be read or evaluated, and will be removed from the quotation. 3. Format for Part II shall be as follows: a. A page is defined as one face of an 8 ½ x 11 sheet of paper containing information. b. Typing shall not be less than 11 pitch. Addenda to FAR 52.212-2, Evaluation - Commercial Items BASIS FOR CONTRACT AWARD: Offers will be evaluated IAW FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process. It is the intent of the Government to issue a single award which will be made to the Offeror who is deemed responsible and responsive, that reflects a complete understanding of the specifications and drawings in the Request for Quotation and is judged to represent the best value to the U.S. Government based on selection of the technically acceptable offer with the lowest evaluated price. The U.S. Government reserves the right to refrain from awarding to any contractor in the event that all Offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered realistic, reasonable, or complete. To arrive at a decision, the Source Selection Authority (SSA) will integrate the source selection team's evaluations of the factors and sub factors described in the paragraphs that follow. These factors are the uniform baseline against which each Offeror's quotation is compared to determine the confidence the U.S. Government has that the Offeror will be able to satisfactorily accomplish all work required. They establish the level an Offeror's quotation must meet in any area, factor, or element in order to be judged acceptable. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and include all information required. A. Evaluation Process: 1. Initially, all offers shall undergo a technical evaluation on an acceptable/unacceptable basis. 2. Then, all technically acceptable quotations will be ranked in order of price. 3. Lastly, the lowest priced, technically acceptable, quotation shall undergo a past performance evaluation to assess the the Offeror's probability of meeting the minimum past performance solicitation requirements. Past performance will also be rated on an acceptable/unacceptable basis. 3. If the lowest priced, technically acceptable offer does not receive an acceptable past performance assessment rating, the process will continue until an Offer is identified as being the lowest priced offer with acceptable ratings for both technical and past performance subfactors. 4. Prior to award, a responsibility determination will be made as described in FAR Part 9. B. Evaluation Criteria: 1. PRICE EVALUATION: For award purposes, the Government will evaluate the total price in the Schedule (Attachment #9 Schedule & Acknowledgement). The Government may determine an offer unacceptable if the proposed prices are materially unbalanced, which is defined as significantly understated or overstated in relation to the actual cost of the item or when the price is determined not to be fair and reasonable. Proposed prices will become fixed prices on the contract. a. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, Offeror's may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. 2. EVALUATING TECHNICAL: a. Technical quotations will be evaluated on an acceptable/unacceptable basis. b. The minimum level of acceptability for each technical subfactor is as follows: i. SCHEDULE: The Schedule shall state the project's estimated period of performance in terms of business days (Monday-Friday, eight (8) hour shifts) and contain all phases of work for both structures. Additionally, the schedule must show a synchronized effort with performance occurring simultaneously on both structures. In no event will either site show abandondment exceeding seven (7) working days. ii. DEMOLITION PLAN: The Demolition Plan shall show a calculated and logical approach for completed the identified phases below in accordance with the Statement of Work. (i) Site Preparation (ii) Building Demolition (iii) Asphalt/Walkway Demolition (if required) (vi) Foundation Removal (v) Utility Demolition and Removal (vi) Site Restoration iii. SAFETY PLAN: The Saftey Plan shall identify the personal protective equipment (PPE), OSHA training/certification, and any other processes the firm will utilize over the course of this project. iv. ABATEMENT PLAN: The Abatement Plan shall identify the firm's plan for remediating all identified hazardous material in cooperation with applicable state and federal guidelines. Required permits/certifications shall also be identified in the Offeror's abatement plan. v. DISPOSAL PLAN: The Disposal Plan shall identify the firm's detailed processes for recycling, salvage, and general waste. Disposal of hazardous waste may be addressed under the abatement plan, but it must be identified in either the abatement plan or this section of the Offeror's technical package. The plan must be in accordance with all local, state, and federal regulations. c. If the quotation received is determined to be unacceptable, the Offeror will be excluded from further award consideration. d. The Technical Evaluation Team will rate the technical submissions according to the chart listed below: RATING DEFINITION Acceptable: Quotation meets the requirements of the solicitation. Unacceptable: Quotation does not meet the requirements of the solicitation. 3. EVALUATING PAST PERFORMANCE a. Past performance information received from completed questionnaires will initially be evaulated to determine whether the present/past performance is recent, and relevant or not relevant to this effort. In order for a present/past effort to be considered recent, performance must have ocurred within five (5) years of the issuance of this solicitation. Relevant performance includes performance of efforts that are similar in scope, magnitude and complexity on demolition projects sharing similar phases of work, but not limited to, structural demolition, harzardous material abatement, utility work, and site grading/restoration with a total contract value of at least $25,000.00. b. Past performance information determined to be both recent and relevant will then be evaluated on how well the Offeror performed on those efforts. Based on the ratings for each area addressed in the questionnaire, a performance rating will be assigned according to the chart listed: RATING DEFINITION Acceptable: Based on the Offeror's performance record, the Governemtn has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. Unacceptable: Based on the Offeror's performance record, the Government does not have a reasonable expectation that the Offeror will successfully perform the required effort c. Offeror's will be provided the opportunity to respond to adverse past performance information identified in a completed questionnaire. Adverse past performance information is any rating or comment that is less than satisfactory. d. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable" in accordance with Department of Defense (DoD) source selection procedures. C. The Government reserves the right to award a contract to other than the lowest priced Offeror if the lowest priced Offeror is judged to have a technical rating of other than acceptable. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. D. Offerors are cautioned to submit sufficient information and in the format specified in Addenda To 52.212-1. Offerors may be asked to clarify certain aspects of their quotation. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for quotation revision. E. The Government intends to award a contract without discussions with respective Offeror's. The Government, however, reserves the right to conduct discussions if deemed in its best interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/31018855a7b59d7506b2a68a6ad05edc)
- Place of Performance
- Address: Whiteman AFB, MO 65305, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04261005-W 20160909/160908000241-31018855a7b59d7506b2a68a6ad05edc (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 |