SOLICITATION NOTICE
H -- Hazardous Energy Control Procedures
- Notice Date
- 8/25/2020 1:28:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 128 MILWAUKEE WI 53207-6104 USA
- ZIP Code
- 53207-6104
- Solicitation Number
- W50S9G20Q0010
- Response Due
- 9/11/2020 11:00:00 AM
- Archive Date
- 09/26/2020
- Point of Contact
- Kristin Zahn, Phone: 4149448517
- E-Mail Address
-
kristin.zahn@us.af.mil
(kristin.zahn@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9G-20-Q-0010 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08, effective 13 August 2020. (iv) This RFQ is set-aside for total small business. The North American Industry Classification System code is 541690 � Other Scientific and Technical Consulting Services with a SB size standard of $15M. (v) The WI Air National Guard is seeking a contractor who can perform Hazardous Energy Control Procedures. See attached Statement of Work (SOW) for specifications: CLIN 0001 � Lockout-Tagout Procedures� Perform Occupational Safety and Health Administration (OSHA) compliant Lockout/Tag out (LOTO) procedures for 251 pieces of new and existing equipment and machinery IAW Statement of Work (SOW). CLIN 0002 Option 1 � Lockout-Tagout Procedures� Perform Occupational Safety and Health Administration (OSHA) compliant Lockout/Tag out (LOTO) procedures for 183 pieces of new and existing equipment and machinery IAW Statement of Work (SOW). CLIN 0003 Option 2 � Lockout-Tagout Procedures� Perform Occupational Safety and Health Administration (OSHA) compliant Lockout/Tag out (LOTO) procedures for 159 pieces of new and existing equipment and machinery IAW Statement of Work (SOW). CLIN 0004 Option 3 � Lockout-Tagout Training� Contractor shall provide a training session for on-site OSHA compliant training on LOTO requirements identified below IAW SOW. CLIN 0005 Option 4 - Lockout-Tagout Labeling The Contractor must identify and label each energy source. Each energy-control and machine-control point shall be labeled with visually instructive and durable graphical tags IAW SOW. CLIN 0006 � Contractor Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil/Default.aspx.� (vi) A firm fixed price contract is anticipated. This contract is subject to the Service Contract Act Wage Determination. (vii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013), applies to this acquisition. Instructions to Offerors: 1.�� �Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2.�� �Quotes must be valid through September 30, 2020. 3.�� �Provide detailed proposal on how service will be accomplished IAW the SOW. Proposal must be broken out into the line items described in section (v) above. 4.�� �Complete and submit FAR Clause 52.204-24 Representation (see attached PDF) (viii) �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: 1. Price 2. Technical � Clear, organized and complete proposals are essential. Proposals shall demonstrate an understanding of the requirements. The Government will make no assumptions, rely on no information submitted previously, and presume no information not specified in the proposal.� �� � �� �Technical capability will be evaluated based on the following sub factors: a. Lockout/Tagout (LOTO) Capabilities - This portion of the Offer should discuss Offeror�s proposed solution to meet the requirements of the Statement of Work (SOW) b. Experience c. Implementation Plan � Timeliness -This Section of the Offer should include detailed plans for the implementation of the work. Technical and past performance, when combined, are equally important as price. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (x) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. 52.217-5 Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). � In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations� 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside (DEV 2019-O0003) 52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime 252.232-7010 Levies on Contract Payments 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiii) DPAS Rating does not apply to this acquisition. (xiv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown at kristin.zahn@us.af.mil.It is your responsibility to make sure your quote is received.� (xv) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown at kristin.zahn@us.af.mil. . Questions are due NLT Tuesday, September 8th at 1:00 pm CST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/34cd63febdae4a9db4554b51dbc503d4/view)
- Place of Performance
- Address: Milwaukee, WI 53207, USA
- Zip Code: 53207
- Country: USA
- Zip Code: 53207
- Record
- SN05772295-F 20200827/200825230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |