Missile Alert Facility Refuse
MALMSTROM AFB, MT MISSILE ALERT FACILITY REFUSE (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with addi... MALMSTROM AFB, MT MISSILE ALERT FACILITY REFUSE (i) This is a combined synopsis/solicitation for a commercial item 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 written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-19-Q-0010. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. (iv) This procurement is being solicited as a full and open requirement. The North American Industry Classification System (NAICS) code is 562111 with a small business size standard of $38.5 million. (v) Requirement: When submitting your quotation, please utilize Attachment 3 Bid Schedule for Contract Line Item Numbers (CLINs) format. (vi) Please refer to Attachment 1 Performance Work Statement (PWS) for all requirements. (vii) Period of Performance is for one base year of 12 months with four additional option years if exercised. Estimated dates are 1 Sept 2019 through 31 Aug 2024. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. FAR 52.212-1 Addenda: A. Offerors' quotation shall conform to the required specifications as referenced in paragraph (vi) above and as attached to this solicitation therein. Any offeror not conforming to the required specifications shall be deemed unacceptable and therefore ineligible for award. B. Offerors shall submit: 1. Volume I - Attachment 3 Bid Schedule with unit and total prices for each CLIN annotated therein. 2. Volume II - Attachment 4 Past Performance Worksheet 3. Volume III - Financial data to include the following: a. Names, addresses and point of contact for all financial institution organizations utilized to determine if offeror has adequate financial resources to perform the contract or the ability to obtain them; and b. Written authority to contract the provided financial institution(s). Please note, requests for such information does not constitute a contract award. C. For either the site visit (if required) or submission of offers, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. D. All firms or individuals submitting a quote shall be registered in the System for Award Management (SAM) website. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. E. Notice to Offerors/Suppliers: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Your quotation must remain valid for a minimum of 90 calendar days. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included below: i. Price; and ii. Past Performance. FAR 52.212-2 Addenda: A. The Government seeks to award to the responsible offeror with whom provides a complete quote and conforms to the requirements of the solicitation herein. Unacceptable, unsatisfactory rated offerors will be ineligible for award. Offerors are cautioned to provide all information requested under the Addenda to FAR 52.212-1. Failure to provide a complete quote may result in an unacceptable determination and therefore ineligible for award. B. Evaluation shall be conducted as follows: 1. Completeness - does the offer conform and provide all requirements outlined within the solicitation. This includes but is not limited to completing FAR 52.212-3 Representations and Certifications within System for Award Management. 2. Factor 1: Price - Offerors shall be sorted by price in ascending order from lowest priced to highest priced by the Total Evaluated Price (TEP). a. The TEP will be calculated based upon the responses within Attachment 2 Bid Schedule. The quantities will be multiplied by the unit price to confirm extended total amounts. The sum of all extended amounts will equate to the offeror's proposed price. b. In order to meet the requirements of FAR Parts 6 and 17, the Government will evaluate the option to extend services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period prices to the offeror's total proposed price. Offerors are required only to price the base and option CLINs. Offerors shall NOT submit a price for the potential six-month extension of services period. c. The offeror's Total Evaluated Price (TEP) will include the base period, all option periods and the potential six-month extension of services period. d. The techniques and procedures described under FAR 13.106-3 will be the primary means of assessing offers' reasonableness. 3. Factor 2: Past Performance - The Government will review Attachment 3 Past Performance Worksheet in accordance with FAR 13.106-2(b)(3). In the event complete, acceptable offerors are unable to provide three (3) references, the missing references will be rated neutral as neither favorable nor unfavorable. For evaluation purposes, recent is defined as within three years from issuance of the solicitation. For evaluation purposes, relevant is defined as within the scope of work identified within Attachment 1. Below is the scale for evaluation: Rating Factor - Neutral 3 Exceptional 2 Very Good 1 Satisfactory 0 Unsatisfactory Offerors will be afforded the opportunity to respond to negative past performance information obtained by the Government. 4. Best Value Determination - The Government will conduct an integrated assessment of the complete, acceptable offers to determine best value on a minimum of three (3) offerors from lowest to highest priced, unless fewer are received. As such, this may result in award to a higher priced, greater past performance rated offeror. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2018), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52. 203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018). 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3 Protest After Award (Aug 1996). 52.223-4 Applicable Law for Breach of Contract Claim (Oct 2004). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (DEVIATION 2019-O0003) 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). EMPLOYEE CLASS MONETORY WAGE FRINGE BENEFITS Refuse Collector WG 99730-02 $13.74 $4.53 Truck Driver, Light WG 31361-06 $20.36 $6.72 Truck Driver, Medium WG 31362-07 $21.94 $7.24 Truck Driver, Medium WG 31362-07 $23.51 $7.76 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (Jan 2019) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 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. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2019) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (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). (xiv) 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.) (xv) 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) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 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. (xxii) 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) (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.217-5 Evaluation of Options (Jul 1990) 52.228-5 Insurance -- Work on a Government Installation (Jan 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 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) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) 252.225-7048 Export-Control Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7007 Limitation of Government's Obligation (Apr 2014) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Thursday, 30 May 2019. Quote must be emailed to TSgt Jason Archer and Mr. Jayce M. Blood at email: jason.archer.5@us.af.mil and jayce.blood@us.af.mil or faxed to commercial: 406-731-3748 to the attention of: TSgt Jason Archer. Please follow-up quote submission with an email/call to ensure receipt. (xvi) Direct your questions to TSgt Jason Archer and Mr. Jayce Blood via email NO LATER THAN 2:00 PM MST, Wednesday, 15 May 2019. (xvii) Wage Determination The Department of Labor Wage Determination Number 15-5391, (Rev. -6), dated 8/01/2018, Wage Determination Number 15-5397, (Rev.-6), dated 8/01/2018 and Wage Determination 15-5399 (Rev.-6), dated 8/01/2018, are incorporated by reference. The full text can be accessed electronically at: http://www.wdol.gov. (xviii) General Insurance Requirements (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $1,000,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act). (b) General liability: (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $1,000,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Company Owned Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $500,000 per person and $1,000,000 per occurrence for bodily injury and $50,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Attachments: 1. Performance Work Statement, dated 27 June 2018, 10 pages 2. Installation Perimeter Access Control, dated 3 August 2018, 2 pages 3. Bid Schedule, 1 page 4. Past Performance , 3 pages
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »