COMBAT ARMS RANGE FACILITY
The 375th Contracting Squadron (PKB2) at Scott AFB, IL is contemplating an award for MAINTENANCE CONTRACT FOR COMBAT ARMS RANGE FACILITY QUATERLY SERVICE at Scott AFB facilities at the (Scott Air Forc... The 375th Contracting Squadron (PKB2) at Scott AFB, IL is contemplating an award for MAINTENANCE CONTRACT FOR COMBAT ARMS RANGE FACILITY QUATERLY SERVICE at Scott AFB facilities at the (Scott Air Force Base, IL.). Scope of Work defined in attachment 1, Statement of Work (SOW). This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is FA440719RA012; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2019-01 effective 12 Jul 2019, and the Defense Federal Acquisition Regulation Supplement DPN 20190215 (Effective 28 Jun 2018) Edition. (iv) This acquisition is being solicited as Full and Open via Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 562910; Remediation Services. The Product Service Code (PSC) for this acquisition will be F108 Hazardous substance Removal, Cleanup and Disposal Services. (v) Contract Line Item Number(s) CLINS: Item # Description Quantity Unit Unit Price Total Price 0001 MAINTENANCE CONTRACT FOR COMBAT ARMS RANGE FACILITY QUARTERLY SERVICE 4 Qtrs 0002 MAINTENANCE CONTRACT FOR COMBAT ARMS RANGE FACILITY REIMBURSIBLE PARTS 12 Months (vi) Description of requirements: See attachment I, SOW (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: •A. WAGE DETERMINATION (WD) At the time of this combined synopsis/solicitation, WD 2015-5075, Rev. 11, dated 04/22/2019 was in effect. In the event of an updated revision to the applied WD, the updated revision will be incorporated into award. B. REAL ID ACT INFORMATION SHEET v30 Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards. The following states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until: 10 Jan 2019 California 1 Apr 2019 Virginia 1 May 2019 Rhode Island 1 Jun 2019 Alaska Illinois Montana N. Marianas 10 Oct 2019 Maine Oklahoma A. Samoa Oregon New Jersey The following states/territories are compliant with the REAL ID Act: Alabama Arizona Arkansas Colorado Connecticut Delaware DC Florida Georgia Hawaii Indiana Iowa Kansas Louisiana Maryland Michigan Mississippi Nebraska Nevada New Mexico New York N. Carolina Ohio S. Dakota Tennessee Texas Utah Vermont West Virginia Wisconsin Wyoming S. Carolina Idaho N. Dakota Puerto Rico Washington N. Hampshire Massachusetts Guam Virginia Minnesota Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License: - United States Passport or Passport Card, not expired - Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule - An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information - Personal Identification Verification (PIV) card issued by Federal Government - Veterans Health Identification Card issued by U.S. Department of Veterans Affairs - Interoperable (PIV-I) cards issued by No-Federal Government entities - Certificate of Naturalization/ Certificate of Citizenship (form N-550) - Permanent Resident Card/Alien Registration Receipt Card (Form I-551) - DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST) - Border Crossing Card (Form DSP-150) - An employment authorization document that contains a photograph (Form I-766) - U.S. Coast Guard Merchant Mariner Cards Credentials - U.S. Permanent Resident Card (Form I-551) - U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph - A Foreign Government Issued Passport - US Military ID (including retirees and dependents) - Transportation Worker Identification Credential (TWIC) Please contact Pass and Registration at 256-3020/ 2008 if you have any questions or need additional information. ADDENDA TO 52.212-1 (CONTINUED): PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. Contractor Name: _______________________________________________________ 2. Contractor Address: _____________________________________________________ 3. Point of Contact: ________________________________________________________ 4. Phone Number: __________________________________________________________ 5. Email Address: __________________________________________________________ 6. DUNS Number: ___________________________________________________________ 7. CAGE Code: ______________________________________________________________ 8. Business Type (i.e. Small, Women-Owned, SDVOSB, etc.): ________________________ 9. Quote Date and Expiration: ___________________________________________________ 10. GSA (if applicable to this acquisition): ________________________________ 11. Proposed Payment Terms or Discount: _________________________________________ 12. Begin Date and End Date of Performance: ______________________________________ 13. FOB (Destination or Origin): _________________________________________________ 14: Consent to Contact POC Past/Present Performance: YES_________ NO___________ (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (x) Offerors must include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) site located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019), applies to this acquisition. The following additional Federal Acquisition Regulation (FAR) clauses cited in 52.212-5 are applicable to the acquisition: CLAUSES INCORPORATED BY REFERENCE: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-13, System for Award Management (Oct 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Basic (Aug 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Basic (Aug 2019) t FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.253-1, Computer Generated Forms (Jan 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xv) Quotes are due to Scott AFB, IL no later than 10:00 a.m. Central Standard Time (CDT/CST) on 23 Aug 2019. (xvi) Quotes are due via email to: Primary: Ms. Shirley C Ellington Phone - 618-256-9267, shirley.ellington@us.af.mil Secondary: CO William J Tucker - 618-256-3139, william.tucker.22@us.af.mil Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is Shirley C Ellington Phone - 618-256-9267, shirley.ellington@us.af.mil. (xvii) List of Attachments: Attachment I, Statement of Work
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »