Water Sediment Removal
MALMSTROM AFB, MT Water Sediment Removal (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 ... MALMSTROM AFB, MT Water Sediment Removal (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-0045. (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 full and open competition. The North American Industry Classification System (NAICS) code is 562910, "Remediation Services" with a small business size standard of $20.5M. (v) Requirement: See Attachment 3, CLIN structure for the base year plus four option periods. (vi) Requirement: Attachment 1, PWS-Performance Work Statement, for a description of all requirements. (vii) Please refer to Attachment 3, Bid Schedule, for quote submission template. (viii) Period of Performance: Base Year 1-June-2019 through 31-May-2020 Option Period 1 1-June-2020 through 31-May-2021 Option Period 2 1-June-2021 through 31-May-2022 Option Period 3 1-June-2022 through 31-May-2023 Option Period 4 1-June-2023 through 31-May-2024 (ix) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. FAR 52.212-1 Addenda: Offerors' quotation shall conform to the required specifications as referenced in paragraph (iv) above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed unacceptable and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications detailed in the PWS and herein. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications. For submission of proposals, 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. Prospective offerors shall be registered in the System for Award Management (SAM) database when submitting an offer or quotation, and shall continue to be registered until time of award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchasing agreement resulting from this solicitation. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Notice: Effective 11 June 2018, entities registering in SAM (and those renewing expired registrations) will be required to submit a notarized letter appointing their authorized Entity Administrator. Information regarding this requirement can be found at the following link: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. 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. Quotes shall remain valid through 90 days post RFQ close date referenced in paragraph xv below. The expiration date of your quotation must be clearly marked. (x) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision: (a) Offerors shall be ranked by price in ascending order from lowest priced to highest priced. The lowest three quotation shall then be evaluated on the basis of how the quotation conforms to the required specifications as listed as attached to this solicitation. Award shall be made to the lowest-priced quotation that also meets the required specifications contained in the PWS and herein. (xi) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. (xiii) 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: 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). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). 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). 52.219-28 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). 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 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 Monetary Wage Fringe Benefits Sewage Plant Operator WG-9 $25.25 $9.15 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). 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 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). 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). (End of Clause) (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.217-5 Evaluation of Options (Jul 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (DEVIATION 2019-O0003) Alternate I (JAN 2011) 52.232-1 Payments (Apr. 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 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) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7007 Limitations of Government's Obligation (Apr 2014) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9001 Health and Safety on Government Installations (NOV 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) 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) 52.219-1 -- Small Business Program Representations (Oct 2014) (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is _________________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) 52.252-1 Solicitation Provisions Incorporated by Reference (1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov/ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acquisition.gov/ (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. (End of Clause) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xv) Defense Priorities and Allocations System (DPAS) is not applicable. (xvi) Quotation is required to be received NO LATER THAN 2:00 PM MT, Tuesday, 21 May 2019. Quotation must be emailed to SSgt Joshua Crist at email: 341conspkc@gmail.com; joshua.crist.1@us.af.mil. Please follow-up quote submission with an email/call to ensure receipt. (xvi) Direct your questions to SSgt Joshua Crist at commercial: (406) 731-4968 or e-mail: 341conspkc@gmail.com; joshua.crist.1@us.af.mil or Jayce M. Blood at commercial: (406) 731-3625 or e-mail: jayce.blood@us.af.mil. (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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »