SOLICITATION NOTICE
J -- Maintenance and repair of washers and dryers in Gulfport MS and Pascagoula MS.
- Notice Date
- 9/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Gulfport Office 5201 11TH STREET OELF BLDG 437 GULFPORT, MS
- ZIP Code
- 00000
- Solicitation Number
- N6883618Q0282
- Response Due
- 9/12/2018
- Archive Date
- 9/27/2018
- Point of Contact
- Pam Spieles 228-871-2343
- Small Business Set-Aside
- Total Small Business
- Description
- N6883618Q0282 MAINTENANCE AND REPAIR OF WASHERS AND DRYERS This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures FAR13 and Acquisition of Commercial items FAR 12.This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on NECO (http://www.neco.navy.mil/ ) and FEDBISOPPS (https://www.fbo.gov/). The Request For Quote (RFQ) number is N6883618Q0282. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 / 08-22-2018 and DFARS Change Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqusition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This acquisition will result in a Firm-Fixed Price contract under NAICS code is 811412 and the Small Business Standard is $15 Mil. See attached file and fill in columns with prices and email back to us. SCHEDULE OF SERVICES TO BE ACQUIRED: CLINSDescriptionsQtyUnit of IssueUnit priceTotal Price CLIN-0001 BASIC YEAR In accordance with the attached Performance Work Statement CLIN-1001 Option Year I In accordance with the attached Performance Work Statement CLIN-2001 Option Year II In accordance with the attached Performance Work Statement CLIN-3001 Option Year III In accordance with the attached Performance Work Statement CLIN-4001 Option Year IV In accordance with the attached Performance Work Statement Enter Performance Work Statement: PERFORMANCE WORK STATMENT TITLE: Naval Construction Battalion Center, Gulfport, MS, and Lakeside Naval Support Facility, Pascagoula, MS repair service on washers and dryers. Naval Construction Battalion Center, Gulfport, MS Unaccompanied Housing (UH) Permanent Party (PP) and Dormitories (DM) repair service on Whirlpool, Estate, Speed Queen, and Maytag washers/dryers and Lakeside Naval Support Facility, Pascagoula, MS, Unaccompanied Housing (UH) repair service on Speed Queen, washers/dryers. Please see requirements below for 6 different buildings in Gulfport, MS - 3 buildings are provided under one introduction and objective and the other 3 are broken down under the other introduction and objective, and then 2 buildings in Pascagoula, MS broken down under another introduction and objective. INTRODUCTION: This scope of work identifies the requirements for the repair work on a total of 88 stackable washers/dryer, 55 washers, 4 dryers, and 45 stackable dryers (gas/electric) throughout UH on board Naval Construction Battalion Center facility. Building 306 88 Whirlpool stackable washer/dryers and 4 Whirlpool washers and 4 Whirlpool dryers. Building 309 30 Whirlpool washers and 25 stackable Maytag dryers. Building 316 21 Maytag washers and 20 stackable Maytag dryers. OBJECTIVE: The objective is for the contractor to provide all travel, materials and labor to complete required services and maintenance on 88 stackable washers/dryer, 55 washers, 4 dryers, and 45 stackable dryers (gas/electric) throughout UH on board Naval Construction Battalion Center facility. Building 306 88 Whirlpool stackable washer/dryers and 4 Whirlpool washers and 4 Whirlpool dryers. Building 309 30 Whirlpool washers and 25 stackable Maytag dryers. Building 316 21 Maytag washers and 20 stackable Maytag dryers. A 48-hour response time is required upon receipt of all repair requests submitted during normal working hours between 07:00 A.M. to 4:00 P.M. Monday through Friday. No repair work required after normal working hours, on weekends, or holidays. INTRODUCTION: This scope of work identifies the requirements for the repair work on a total of 75 washers and 74 stackable dryers (gas/electric) throughout UH on board Naval Construction Battalion Center facility. Building 315 32 Whirlpool washers and 32 stackable Whirlpool dryers. Building 318 21 Maytag washers and 20 stackable Maytag dryers. Building 460 22 Whirlpool washers and 22 stackable Whirlpool dryers. OBJECTIVE: The objective is for the contractor to provide all travel, materials and labor to complete required services and maintenance on 75 washers and 74 dryers (gas/electric) throughout UH on board Naval Construction Battalion Center facility. Building 315 32 Whirlpool and 32 stackable Whirlpool dryers. Building 318 - 21 Maytag washers and 20 stackable Maytag dryers. Building 460 22 Whirlpool washers and 22 stackable Whirlpool dryers as requested. A 48-hour response time is required upon receipt of all repair requests submitted during normal working hours between 07:00 A.M. to 4:00 P.M. Monday through Friday. No repair work required after normal working hours, on weekends, or holidays. INTRODUCTION: This scope of work identifies the requirements for the repair work on a total of 26 washers, 8 dryers, 18 double stackable dryers, and 16 stackable washers/dryers (gas/electric) throughout UH Lakeside Naval Support Facility, Pascagoula, MS Building A 8 Speed Queen washers, 8 Speed Queen dryers, 16 Speed Queen washer/dryers stackable Building B 18 Speed Queen washers, 18 Speed Queen double stackable dryers. OBJECTIVE: The objective is for the contractor to provide all travel, materials and labor to complete required services and maintenance on 26 Speed Queen Commercial Heavy Duty washers, 8 dryers, 18 double stackable dryers, 16 Speed Queen stackable washer/dryer throughout UH on board Lakeside Naval Support Facility, Pascagoula, MS. A 48-hour response time is required upon receipt of all repair requests submitted during normal working hours between 07:00 A.M. to 4:00 P.M. Monday through Friday. No repair work required after normal working hours, on weekends, or holidays. REQUIREMENTS: UH needs repair to cover all washers/dryers located throughout UH on board Naval Construction Battalion Center and Lakeside Naval Support Facility. Contractor shall: Provide labor, parts, tools, instruments as defined: PREVENTIVE MAINTENANCE a)Provide all labor, tools, test instruments, parts, etc. required to perform services on gas or electric washers/dryers as per manufactures guidelines as requested. b)Test and inspect as required herein to ascertain the general condition of the equipment and report results. c)Contractor shall verify no water leaks and/or gas leaks and proper operation of units prior to completion of work. Any damage caused by the contractor failing to verify no leaks shall be the responsibility of the contractor. d)Provide the COR with a detailed report upon completion of each repair, describing all work done, and citing any deficiencies in the operation of all listed equipment and components. GENERAL e)Protect adjacent structures and equipment. f)Ensure work site is properly cleaned up when work is complete. g)Dispose of all residues off site in strict accordance with all applicable Federal, State, and Local regulations. ADDITIONAL CONTRACTOR REQUIREMENTS: Contractor shall be insured and all technicians shall be certified. All contractor personnel must have proper personal identification on their persons and proper vehicle registration documentation at all times while onboard NCBC Gulfport and Lakeside Naval Support Facility Pascagoula. The contractor shall coordinate and schedule all personnel involved in the project with Maintenance Coordinator and shall be escorted at all times by UH staff. List of Maintenance Coordinators will be provided upon award. After completion of services the contractor shall document the services performed on each unit and advise Maintenance Coordinator of completion and provide documentation of services performed. HOURS OF SERVICE: Perform all work during the normal working hours, which are from 7:00 A.M. until 3:30 P.M., unless otherwise approved by the authorized COR, at no cost to the government. Federal Holidays excluded. INSPECTION AND ACCEPTANCE: Inspection and acceptance will take place upon completion of each repair/service call. The Maintenance Coordinator will conduct an inspection of each washer/dryer prior to acceptance and authorizing payment. Acceptable Standards: Washers/dryers are to be clean, free of mold and mildew. NON ACCEPTABLE PROVISIONS: Contractor to redo any items found to be unsatisfactory at no additional cost to the government GOVERNMENT RESPONSIBILITIES: UH Maintenance Coordinators provided upon award GOVERNMENT POINTS OF CONTACT: Invoicing: WAWF Period of Performance: 01 October 2018 30 September 2019 This announcement will close on 12 Sep 2018, 09:00 AM Central time. Responses may be submitted to Pam Spieles who can be reached at 228-871-2343 or email pam.spieles@navy.mil System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. A204-9400(1-17) Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (Jan 2017) Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 DoD Implementation of Homeland Security Presidential Directive 12 (HSPD-12) dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. APPLICABILITY This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIES Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command s Security Manager upon arrival to the Command and shall out-process prior to their departure at the completion of the individual s performance under the contract. ACCESS TO DOD IT SYSTEMS In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) or T5 or T5R equivalent investigation, which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below. Due to the privileged system access, an investigation suitable for High Risk national security positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee s duties, such employees shall in-process with the Navy Command s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the supervisor. The SAAR-N shall be forwarded to the Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESS The Commands Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESS The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release. CONTRACTOR S SECURITY REPRESENTATIVE The contractor shall designate an employee to serve as the Contractor s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor s Security Representative. The Contractor s Security Representative shall be the primary point of contact on any security matter. The Contractor s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Contractor employees under this contract are recognized as Non-Critical Sensitive [ADP/IT-II] positions when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC or T3 or T3R equivalent investigation to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The investigation consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete: SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Command s Security Manager upon arrival to the command and shall out-process prior to their departure at the completion of the individual s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command s Security Manager at least 30 days prior to the individual s start date. Failure to provide the required documentation at least 30 days prior to the individual s start date shall result in delaying the individual s start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Command Security Manager. The Command s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM); Potential suitability or security issues identified may render the contractor employee ineligible for the assignment. An unfavorable determination is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Command s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DoD Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor s Security Representative. Although the contractor will take JPAS Owning role over the contractor employee, the Command will take JPAS Servicing role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee s performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc.) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigation equivalent including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor s Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or T1 equivalent investigation, or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM Failure to provide the required documentation at least 30 days prior to the individual s start date may result in delaying the individual s start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States. NMCARS 5237.102(90) Establishes the Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Naval Construction Battalion Center facility in Gulfport, MS/Lakeside Naval Support Facility, Pascagoula, MS via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 CAGE Maintenance (July 2016) 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-5 Evaluation of Options (July 1990) 52.217-9 Option to Extend the Term of the Contract (March 2000) (i)52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 20013) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers w/disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer-SAM (July 2013) 52.232-19 Availability of Funds for next year 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (April 1984) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Identification and Valuation (March 2016) 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (June 2015) 252.223-7008- Prohibition of Hexavalent Chromium (May 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016) 252.225-7048 Export-Controlled Items (June 2013) 252-232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252-243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) SUPTXT243-9400(1-92) Authorized Changes Only by the KO (Feb 2008) 52.232-18 Pursuant to FAR clause 52.232-18, funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds can be found at the following: https://www.navsup.navy.mil/public/navsup/flcn/contracting
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836GULFPORT/N6883618Q0282/listing.html)
- Place of Performance
- Address: Naval Construction Battalion Center in Gulfport, MS and Lakeside in Pascagoula, MS., Gulfport, MS
- Zip Code: 39501
- Zip Code: 39501
- Record
- SN05074188-W 20180907/180905231659-30e88ec53c7607337b861f619404f24b (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 |