Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

S -- Landscape Services - Maintain/Remove Landscape PAFB, FL - (Draft)

Notice Date
9/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2151-17-Q-A020
 
Archive Date
10/4/2017
 
Point of Contact
Charles A. Speed, Phone: 321-494-5023, Kimberly S. Horner, Phone: 321-494-0447
 
E-Mail Address
charles.speed.2@us.af.mil, kimberly.horner@us.af.mil
(charles.speed.2@us.af.mil, kimberly.horner@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Drawings Attachment 3 - SCA WD 15-4555 (Rev.-3) Attachment 2 -Bid schedule Attachment 1 - Statement of Work Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial service 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; quotes are being requested and a written solicitation will not be issued. The solicitation number FA2521-17-Q-A020 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017, obtained from http://farsite.hill.af.mil/vffara.htm. This is a 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 561730 with a size standard of $7.5M. DESCRIPTION OF SERVICE: Provide labor, equipment and materials, appliances and accessories necessary for the complete performance of all excavation, grading, planting and backfill work in accordance with the Specifications and Contract Drawings. Remove existing landscaping as highlighted on drawings, install quantity, type, and size of plants/shrubs/grasses as highlighted on the drawings. Pesticide/Herbicide use is not allowed, per Specifications. One year warranty is required to ensure successful establishment and survival of plants, with maintenance and inspections performed on the landscaping and any irrigation systems installed to provide hydration, in compliance with the Specifications for the "Establishment Period". Within the "Establishment Period", any dead of dying plants shall be replaced. The focus of work is the northern portion of the PAFB Industrial Area, including, the East Gate entrance off of Hwy A1A, Building 577 (Visitors Center), The east side of Building 425, select areas around Buildings 431, 439, 440 (Seaside Chapel and Theater), and the north side of buildings 534-537. All work will be accomplished IAW all OSHA, ANSI, local, state and federal regulations. The wages for this quotation shall be based on the attached U.S. Department of Labor, Employment Standards Administration Wage and Hour Division under the Service Contract Act (SCA) Wage Determination (WD). WD 15-4555 (Rev.-3) dated 07/25/2017. Period of Performance: The estimated period of performance to complete this requirement is 60 days after the contract award date. UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE AMOUNT 0001 Maintain/Remove Landscape 1 LS tiny_mce_marker ____ tiny_mce_marker ______ PAFB, FL Drawing # LD-104 Remove Organic Mulch 500 SF $ $ LD-104 Remove Shrubs 61 EA $ $ LD-103 Remove existing Sod 900 SF $ $ LD-103 Remove Shrubs 21 EA $ $ LD-102 Remove Ground Covers 10 EA $ $ LD-102 Remove Organic Mulch 6844 SF $ $ LD-102 Remove Palms 10 EA $ $ LD-102 Remove Seedlings 5 EA $ $ LD-102 Remove Shrubs 741 EA $ $ LD-102 Remove Trees 2 EA $ $ LD-101 Remove Organic Mulch 130 SF $ $ LD-101 Remove Shrubs 54 EA $ $ LD-115 Remove Palm 1 EA $ $ LD-115 Remove Shrubs 274 EA $ $ LD-115 Remove Wedelia 750 EA $ $ LP-104 Parson's Juniper 130 EA $ $ LP-104 Hibiscus 'Seminole Pink' 6 EA $ $ LP-104 Variegated Arboricola ' Go 55 EA $ $ LP-104 Crinum lily 14 EA $ $ LP-104 Silver Saw Palmetto 3 EA $ $ LP-104 lxora Nora Grant 2 EA $ $ LP-103 Florida Coontie 51 EA $ $ LP-103 Florida Thatch Palm 4 EA $ $ LP-103 Gold Lantana 131 EA $ $ LP-103 Indian Hawthorne 28 EA $ $ LP-103 Oleander Calypso 2 EA $ $ LP-102 "Diehard" Palm Transplant 96 OZ $ $ LP-102 "Diehard" Transplant 888 OZ $ $ LP-102 Argentine Bahia sod 8015 SF $ $ LP-102 Cora Vinca 8 EA $ $ LP-102 European Fan Palm 4 EA $ $ LP-102 Florida Coontie 197 EA $ $ LP-102 Oyster Plant 153 EA $ $ LP-102 Pink Muhly Grass 112 EA $ $ LP-102 Planting Mix 28 CY $ $ LP-102 Sabal Palm 2 EA $ $ LP-102 Silver Buttonwood Shrub 6 EA $ $ LP-102 Spider Lily 54 EA $ $ LP-102 Sunshine Mimosa 154 EA $ $ LP-102 Sweet Viburnum 4 EA $ $ LP-102 Wedelia 22 EA $ $ LP-102 White Geiger Tree 1 EA $ $ LP-101 St Augustine Sod 1450 SF $ $ LP-101 Pink Muhly Grass 22 EA $ $ LP-115 St Augustine Sod 4143 SF $ $ LP-115 Florida Coontie 196 EA $ $ TOTAL AMOUNT tiny_mce_marker ______________ Ship to address: 2nd Lt David Yarbrough 45 CES/CENP 1141 Jupiter Street Patrick AFB, FL 32921-3303 Attachments: 1. SOW Maintain/Remove Landscape PAFB dated 07/31/2017 2. Bid Schedule 3. SCA WD 15-4555 (Rev.-3) dated 07/25/2017 4. Drawings FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor" and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (b): DO NOT submit offers on the SF 1449. Submit offers on company stationery with the required details as outlined in the provision. Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm through 30 Sep 2017." GOVERNMENT PRIMARY/ALTERNATE POINTS OF CONTACT (POC's): Charles Speed (321) 494-5023, charles.speed.2@us.af.mil Kimberly Horner, (321) 494-0447, kimberly.horner@us.af.mil RFQ due date: 19 Sep 17 RFQ due time: 3:30pm EST Email to: charles.speed.2@us.af.mi and kimberly.horner@us.af.mil ALL OFFERS MUST BE SENT TO THE ABOVE TWO (2) EMAIL ADDRESSES. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT ON YOUR E-MAIL. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be emailed by 4:00 P.M. EST 13 Sep17. The following information must be included in your quote: RFQ: FA2521-17-Q-A020 Company Name: DUNS Number: Cage Code: Tax ID Number: *Number of Employees *Total Yearly Revenue *Information required determining size of business for the NAICS referenced above All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of quote submittal to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. To obtain or renew a DUNS number and/or CAGE code, please visit www.sam.gov/portal/public/SAM/. Patrick Air Force Base (PAFB) Directives: - Must wear seatbelt at all times. - Must possess valid registration and insurance for all vehicles entering installation. - You are subject to Random Vehicle Inspections while on Patrick AFB. - Do not park in seeded areas (grass). - Adhere to all traffic signs and right-of-way. - Safely move to the side when emergency vehicles are responding with lights and sirens. - No cell phone usage while operating a vehicle on Patrick AFB. FAR Provision 52.212-2 Evaluation Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated to base upon the following: lowest price technically acceptable. (1) Technical: Technical evaluation criteria are as follows: (2) Price: Award will be made to the lowest priced technically acceptable offeror Discussions: The government intends to award a purchase order without discussions with respective quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation (AFFARS) provisions and clauses apply to this solicitation and are incorporated by full text. The full text can be obtained via the internet at http://farsite.hill.af.mil. Provisions incorporated by reference: 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) Provisions incorporated by full text: FAR Provision 52.212-3 Alt 1: Offeror Representations and Certifications-Commercial Items (Jan 17) Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: Black American. Hispanic American. Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). Individual/concern, other than one of the preceding. FAR and DFARS clauses incorporated by reference: FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14). Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 10) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 12) 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 17) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 10) 52.217-5 Evaluation of Options (Jul 90) 52.217-9 Option to Extend the Term of the Contract 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 14) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-14 Limitations on Subcontracting (Jan 17) 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-41 Service Contract Act of 1965 (Nov 07) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 14) 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 09) 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 09) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-1 Disputes (Jul 02) 52.233-3 Protest after Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 16) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding Covered defense Information and Cyber Incident Reporting (Oct 6) 252.213-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.223-7008 Prohibition of Hexavalent Chromium (May 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) FAR/DFARS/AAFARS clauses incorporated by full text: FAR: 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) ) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) ) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall represent its size status in accordance with the size standard in effect at the time of this representation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following representation and submit it to the contracting office, along with the contract number and the date on which the representation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code assigned to contract number.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. DFARS: 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012) (a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 14) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back- up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 1. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS: (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101AFI 31-501. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. 2. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS - ADDITIONAL REQUIREMENTS: (a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data. (b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier. (c) Unescorted Access to Installations: (1) To request access to Patrick AFB, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "45th Security Forces Pass & Registration Badging Request Form". (2) To request access to Cape Canaveral AFS, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "CCAFS Badging Request Form". (3) Contractor personnel must complete and sign the applicable form cited above before the required background check (see d. and e. below) can be performed. (d) ) All personnel entering Patrick AFB and Cape Canaveral AFS must provide two forms of identification (one must be a photo ID) as required by AFI 10-245, and have a background check. (1) For unescorted entry into non-restricted areas of the installations, personnel must obtain, from AF security personnel, favorable National Criminal Information Center (NCIC) check, and have complete social security employment verifications prior to being issued badges (to include temporary passes. (2) Prior to being issued restricted area badges for unescorted entry into restricted areas of the installations, U.S. citizens working as contractor employees must obtain a favorable National Agency Check (NAC). (3) All required information shall be provided to support background checks, and citizenship verification (i.e., birth certificate, passport, voter registration card, resident alien card, or certificate of naturalization). (e) Escorted Access-Temporary Passes: Personnel may receive a temporary pass, Air Force Form 75/Visitor and Vehicle Pass, for no more than 30 total days in one 365 day period. This pass is issued without a criminal background check, but requires a Wants & Warrants check. Persons with temporary passes receive escorted access rights only, i. e.; they must be escorted at all times by an escort official. Escorted personnel must be with their escort official (the escort official must be in plain view) at all times while on the installation. (f) Personnel Background Checks (1) The 45th Security Forces will conduct the background check at no cost to the applicant. Refusal to submit to the background check will result in denial of access. Applicants shall be denied installation access based on an arrest record including, but not limited to the following crimes: (i) Murder (ii) Manslaughter (iii) Rape (iv) Aggravated Assault (v) Burglary (vi) Arson (vii) Other forms of Sexual Assaults (lewd, malicious acts to a child, etc.) (viii) Any other felony (ix) Outstanding warrants (x) Misdemeanor convictions less that 5-year involving moral turpitude offenses (theft, worthless checks, etc.) (xi) FBI Terrorist Watch List (2) Individuals who do not meet the criteria for unescorted base access may still be granted escorted access on a case-by-case basis. The determination will be made based on the results of the background investigation, totality of the criminal record and the types of crime reported. (3) Individuals may appeal denial of escorted/unescorted installation access through the Security Forces. It shall be the responsibility of the applicant who is denied access to submit supporting documents such as court, police or arrest records, evidence of community involvement, letters of recommendation to the denial authority for reconsideration. (4) For the purposes of this policy, convictions are considered to include the following: Guilty verdicts or a Nolo Contendere plea, disposition of cases resulting in deferred adjudication or pretrial diversion and expunged offenses resulting in convictions of crimes enumerated in subparagraph (e)(1) above. (5) Contractors should allow 14 days for background checks to be finalized. The contractor should provide the required form (see c. above) for each of its personnel to the government 14 days before the contract start date whenever possible. Background checks cannot be performed from only a list of names. (End of clause) (g) The Government will not be held responsible for contractual impacts or delays caused by the contractor's failure to take prompt action in providing the required information and documentation to obtain access to Patrick AFB and Cape Canaveral AFS. (End of clause) In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2151-17-Q-A020/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, Patrick AFB, Florida, 32935-3002, United States
Zip Code: 32935-3002
 
Record
SN04659529-W 20170903/170901232143-e0b347ab7ebfc3afaec6fc960131b1c6 (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.