Build and install Gazebo/Pavilion for 89th MXG
PLEASE NOTE, THE DESCRIPTION OF REQUIREMENTS HAVE BEEN UPDATED IN BOLD AS FOLLOWS: The following new parameters are now effective for this solicitation: 14x18 Traditional Wood Pavilion (Traditional St... PLEASE NOTE, THE DESCRIPTION OF REQUIREMENTS HAVE BEEN UPDATED IN BOLD AS FOLLOWS: The following new parameters are now effective for this solicitation: 14x18 Traditional Wood Pavilion (Traditional Style Kit)...Pressure Treated Wood a) -New 5" square laminated wood posts [4] b) -New Standard height to underside of header is 7'3" c) -New Anchoring Hardware d) -New 14x18 Pavilion Deck, 2x6 joist with composite decking e) -New 4 ply 2x8 headers with arched corner braces f) -New Exposed rafters with Tongue & Groove Ceiling h) -New 30 Year Architectural Asphalt shingles, i) -New Cupola j) -Built to Engineered specs to withstand 140 MPH Winds & 45 PSF Snow Load k) -Drill holes below frost for 4 Concrete Footers l) -New Custom Brown Stain/Paint Pavilion Gazebo for 89th MXG 16 July 2019 1. Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F1D2599120AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through most current Federal Acquisition Circular (FAC) 2019-3. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details This requirement is a 100% Woman-Owned Small-Business set-aside IAW FAR Part 19.15. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The North American Industry Classification System (NAICS) code is 236118 ("Residential Remodelers") and the business size standard is $36.5M dollars. A site visit will not be required for this solicitaiton. 3. The Government will award a firm fixed price contract for 14x18 Gazebo/Pavilion with floor decking. This procurement will require minor levels of demolition preparation and construction build-up that is incidental to the installation. See attached photograph of placement area. The following item is being procured: CLIN: 0001 Description: Deliver and install Gazebo as described below in Performance Work Statement Quantity: 01 Unit Price: TBD Total Price: TBD 4. Performance Work Statement: Specific Requirements Below Chapter 1 DESCRIPTION OF SERVICES / GENERAL INFORMATION 1.1. Scope. Contractor shall be responsible for all materials, tools, labor, and site clean-up required to deliver and build/install a 14 X 18ft Pavilion with decking and anchoring that is brown in color to match existing buildings in the area. The finished product shall be inspected by the Base Civil Engineer to ensure proper color and anchoring. All work is located at the Pavilion pad outside building 1279, Joint Base Andrews MD. 1.2. Services Description 1.2.1. Tasks. Remove leftover debris from previous damaged pavilion to allow free and clear execution of project (see attachment #1). Build 14 Ft. X 18 Ft. vinyl and composite pavilion with same type flooring that is brown in color to match existing buildings in the area. The pavilion will be anchored in the ground to reach below the frost line and remain secured to the ground for 20+ years. Requirements for Gazebo--Pavilion are: SEE UPDATED CHANGES EFFECTIVE ON 18 JUL 19 AT BEGINNING OF SOLICITATION. 1.2.2. Contractor Requirements. Provide all materials and equipment to build a Pavilion with anchoring in compliance with Base Civil Engineer requirements for color and permanence. The contractor shall provide all services, equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to troubleshoot the requirements as stated in this PWS. The contractor shall comply, and their subcontractors, shall comply, with the most stringent environmental federal, state, and local laws and regulations; and Air Force policies, instructions, and plans. The federal Government is not exempt from compliance with environmental regulations. The contractor shall maintain an awareness of changing environmental regulatory requirements to avoid environmental deficiencies for activities on Joint Base Andrews. The prime contractor shall ensure their sub-contractors comply with these specifications. The installation work shall start within five (5) calendar days of notification that the site is ready, no later than 60 days after contract award. Work shall be accomplished during a standard, 5-day week, Monday through Friday, between the hours of 7:00 A.M. and 5:00 P.M. local time, excluding Federal Legal holidays and non-work days resulting from holidays occurring on weekends. When the contractor desires to work at other than the aforementioned times, the contractor shall submit a written request to the Contracting Officer for approval and shall receive written approval from the Contracting Officer before proceeding with work. The request shall be submitted at least five (5) work days prior to the proposed performance of work, and shall indicate the day/days, time/amount of work, and reason why permission should be granted to perform work during nonstandard hours. Approval for work to be performed during nonstandard time will be given only in cases of extreme necessity. 1.3. General Information. The contractor shall provide all services, equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to troubleshoot the requirements to build a Pavilion similar to the current structure, with appropriate color and proper anchoring to with stand wind gusts and storms. Requestor has secured the dig permit to anchor the structure. This applies to all contractor personnel including deliverymen who need to enter Andrews AFB. Personnel will be required to divulge Privacy Act information as required to meet Air Force security requirements. Contractor Consent to Background Checks The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by Law Enforcement Agency Data System (LEADS) through the National Crime Information Center (NCIC). LEADS checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to LEADS background checks. Contractor and subcontractor personnel who do not consent to an LEADS check will be denied access to the installation. Information required to conduct an LEADS check includes: full name, driver's license number, and/or social security number, date of birth of the person entering the installation, and completion of a background check questionnaire. The contractor shall provide this information using the JBA Form 21, Contractors Consent for Background Check, and shall submit it in conjunction with the contractor's request for either base or vehicle passes. Completion of a successful LEADS check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. Badges The contractor is required to provide identification badges for their employees. All contractor personnel shall wear these badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by contractor and government. The contractor's identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. Contractor Registration of Vehicles on Andrews AFB All contractor or contractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Vehicle passes may be issued for 3 days or time needed. To request vehicle/personnel passes, the personnel must report to Joint Base Andrews Visitor Control Center (301-981-0689) and fill out a form for all personnel and/or vehicle. Additionally any pass shall be surrendered to Security Forces upon demand to positively identify a persons need to be on Andrews AFB. Access To Installation During Force Protection Conditions (FPCONS) Access to the installation during various FPCONs. Contractors will be assigned a mission essential designation IAW requirements contained in JBANDREWSI 31-101/Integrated Defense Instruction. Only the installation commander or the unit commander requesting contract support will assign the mission essential designation. Contractors Working in Controlled or Restricted Areas The unit requesting contract support will provide escort(s) for contractors at all times when within a controlled area. Contractors shall not escort other contractor employees within controlled or restricted areas. In addition, contractors shall fulfill, maintain, and comply with all security requirements IAW JBANDREWS 31-101, The Air Force Installation Security Program, and command/local directives. Safeguarding Classified or Unclassified Information The contractor shall meet Air Force standards for storing, processing, and handling classified information and systems. Additionally, all resources (e.g., maps, publication/instructions, photos) provided by the government to assist the contractor in the performance of their contract will be surrendered upon termination of employment or the end of the contract performance period. Non-Disclosure Agreements To safeguard information, the contractor shall enter into non-disclosure agreements with the responsible local security manager. Privacy Act Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable rules and regulations. Access to Government Facilities with Controlled or Restricted Areas The contractor shall comply with security regulations imposed by the installation commander and/or the agency responsible for the project location. Due to specific mission requirements inherent in the nature of controlled or restricted areas on Andrews AFB, the government may direct the contractor to leave the controlled or restricted areas at any given time. 4. Delivery Information FOB: Destination Delivery Date: 30 Days After Date of Award Delivery address: Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013) 52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items (Nov 2017) All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Oct 2016) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2018); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.236-3 - Site Investigation and Conditions Affecting the Work; 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Apr 1984); 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 5352.201-9101 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 AFDW/PK Ombudsman; Primary: MaryKathryn S. Robinson, marykathryn.s.robinson.civ@mail.mil, (240)612-6112, 1500 West Perimeter Rd, Suite 5750, Joint Base Andrews, Maryland, 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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) 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to Mr. Charles Maddox at charles.maddox32.civ@mail.mil. Proposals shall be submitted no later than 2:00 PM EST, 23 July 2019. Questions shall be submitted no later than 3:00 PM EST, 19 July 2019. 8. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offer any costs incurred in preparation of this quote.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »