Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOLICITATION NOTICE

S -- Bird Netting w/Installation - Package #1

Notice Date
4/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
F2CT7P8004AW01
 
Archive Date
5/10/2018
 
Point of Contact
mark a barber, Phone: 808-471-4333, Julie Fugate,
 
E-Mail Address
mark.barber.2@us.af.mil, julie.fugate@us.af.mil
(mark.barber.2@us.af.mil, julie.fugate@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo Photos of Hangar Statement of Work Combined Synopsis- Solicitation for Commercial Items 20 March 2018 Contracting Office Address Department of the Air Force, Air Force Installation Contracting Agency, 766 SCONS - Joint Base Pearl Harbor - Hickam (JBPH-H), 560 Central Ave, JBPH-H, HI 96860-4961, United States Description This is a combined synopsis/solicitation prepared, 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. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. The solicitation will be issued as a Request for Proposal (RFP) under the solicitation number F2CT7P8004AW01 for Bird Netting purchase and installation for the 735th Air Mobility Squadron (AMS) at JBPH-H, HI. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2005-97, as of 24 January 2018, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20171228 and Air Force Acquisition Circular (AFAC) 2017-1003. This acquisition is Full and Open Competition in regards to size standards. The applicable NAICS is 561710, Pest Control Services. This RFQ contains two (2) line items on a firm fixed price basis. All proposed items and installation must be in accordance with Statement of Work dated 20 March 2018. The line items are as follows: CLIN DESCRIPTION OF SERVICE COST 0001 Purchase of Bird Netting QTY Unit Price Total Price 1 LOT $ $ 0002 Installation 1 LOT $ $ Total $ *Delivery and installation will be completed no later than 60 days ADC. ADDITIONAL REQUIREMENTS When submitting a quote on this requirement please include the information below: Cage Code: DUNS No: TIN: Prompt Payment Terms: Delivery Date: Date offer expires: The delivery location is 240 Mchord Street, Bldg. 4115, Joint Base Pearl Harbor-Hickam, HI 96853. Acceptance will be performed by the Government. The FOB Point is destination. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 12:00 PM, Hawaii Standard Time (HST), 25 April 2018. Submission MUST be made via email to the Contracting Officer, TSgt Mark Barber at mark.barber.2@us.af.mil. Quotes must reference the solicitation number F2CT7P8004AW01. The Government intends to evaluate all quotes and award without Discussions. (c) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Instructions to register your entity to be eligible for contracts in SAM are located at www.SAM.gov. Per FAR 52.237-1, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If you would like to attend a site visit, the proposed site visit is 19 April 2018 at 0900 HST. The delivery location is 240 Mchord Street, Bldg. 4115, Joint Base Pearl Harbor-Hickam, HI 96853. In order to attend, please email the Contracting Officer, TSgt Mark Barber at mark.barber.2@us.af.mil. In addition, 52.212-2(a) Evaluation- Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quality, Delivery Schedule, and Price. Award of the contract resulting from this combo synopsis solicitation will be made to the offeror whose proposal is the best value to the government. Offers must be technically acceptable based on the factors below to be eligible for award. 1. Factor 1 - Technical Offerors must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the quality requirement in contract line item (CLINs) 0001-0002 of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed or the referenced like item. Descriptive literature information such as illustrations, drawings, or a clear reference, such as a web site to information must be made readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. If an offeror cannot comply with every requirement, the quote may not be considered. TECHNICALLY ACCEPTABLE ASSESSMENT TABLE Rating Description ACCEPTABLE The offeror is rated as acceptable if the offeror's proposal meets ALL requirements of this solicitation. UNACCEPTABLE The offeror is rated as unacceptable if the offeror's proposal DOES NOT meet all requirements of this solicitation. 2. Factor 2 - Schedule Offerors must meet the scheduled completion date for delivery and installation. This will be an important factor in the award of this contract. All proposals must meet the delivery and installation date of 60 days ADC. 3. Factor 3 - Price Price Criteria. Price consideration will be an important factor in the award of this contract. Proposed prices will be evaluated to determine completeness and reasonableness of CLINS 0001 through 0002. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I. CLAUSES INCORPORATED BY REFERENCE 225.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Control of Government Personnel Work Product Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line-Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information on Litigation Support Contractors 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference For Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (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). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government (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 F87700 Issue By DoDAAC FA5215 Admin DoDAAC FA5215 Inspect By DoDAAC F2CT7P Ship To Code F2CT7P Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) F2CT7P Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Nicomedes.Cabe@us.af.mil julie.fugate@us.af.mil bryan.fortney@us.af.mil (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. See WAWF Helpdesk (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) Points of Contact Address questions via email to the Contract Specialist, Julie Fugate at julie.fugate@us.af.mil AND to the Contracting Officer, TSgt Mark Barber at mark.barber.2@us.af.mil. Any questions in regards to this solicitation must be submitted no later than 8:00 p.m. (HST), 23 April 2018 to ensure Government has ample response time and still allow timely submittals of proposals. List of Attachments: Attachment 1- Statement of Work, 20 March 2018 Attachment 2- Pictures of "Tunner Barn" 20 March 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02f8bcd4451db717c826800be55697a7)
 
Place of Performance
Address: 240 Mchord Street, Bldg. 4115,, Joint Base Pearl Harbor-Hickam, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN04883480-W 20180412/180410230551-02f8bcd4451db717c826800be55697a7 (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.