Grease Trap Cleaning
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 anno... 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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D19081AQ01. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https:www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 and DFARS DPN 20190215. North American Industrial Classification Standard (NAICS) 562991 and Size Standard of $7.5 million apply to this procurement. Project Number: F4D3D19081AQ01 Project Title: Grease Trap Cleaning Services 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. Offerors must provide a cost for all items listed in the attached Performance Work Statement using the attached Request for Quote (RFQ) Template. 2. Quotes shall be valid through 8/1/2019. 3. Please see attached documents for detailed description of requirements. 4. All questions regarding this solicitation shall be sent in writing via email to Aaron Kyle at aaron.kyle@us.af.mil by 4:00 PM PST, 24 May 2019, and answers will be made available via FBO. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance will be from 20 July 2019 through 19 July 2020, with four Option Periods through 19 July 2024. The following clauses apply to this acquisition: The following clauses are incorporated by reference in the final award: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements on Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation bt Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services developed or provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting. (DEVIATION 2019-O0003) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 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 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xi): X (A) N/A (B) 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: This Statement is for Information Only It is not a Wage Determination GS/WG Equivalent Monetary Wage Fringe Benefit WG-8 $24.56 $8.90 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-status-states-territories (c): AFI 31- 101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable Provide three references of same/similar work completed within the last three years. References will be contacted regarding technical capability. 52.212-3, Alt I Reps & Certs 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 on 22 May 2019 at 1:30 PM PST for the purpose of answering questions regarding this solicitation and a short site visit. (b) Site Visit: (1) Submit the names of all attendees, (2) their date of birth and (3) driver's license number to aaron.kyle@us.af.mil and Kari.hughes.2@us.af.mil prior to 1:00 PM PST, 21 May 2019. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. If your current state-issued driver's license or identification card states "Federal Limits Apply", "Not Valid for Federal Purposes", "Not For Use as Federal Identification" or other similar verbiage, you must have a secondary form of identification to gain unescorted access to a military installation, which is currently set to be enforced 24 May 19 in California. A Passport will be acceptable if your DL is not acceptable. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 29 May 2019 at 4:00 PM PST. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End Provision) Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. All quotes should be good through 8/1/2019. Quotes must be sent to Aaron Kyle, aaron.kyle@us.af.mil no later than 1:00 PM PST on 31 May 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »