Pump Sewage Lagoon at Missile Alert Facility G-01
MALMSTROM AFB, MT Pump Sewage Lagoon at Missile Alert Facility G-01 (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as su... MALMSTROM AFB, MT Pump Sewage Lagoon at Missile Alert Facility G-01 (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-0013. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being solicited as a total small business set-aside. The North American Industry Classification System (NAICS) code is 562991 with a small business size standard of $7.5 million. (v) CLIN 0001 Pumping of Sewage Lagoon at MAF G-01; Qty: 100,000; Unit of Issue: Gallons (vi) Please refer to the attached Performance Work Statement for all requirements. (vii) Period of Performance: Contractor will be provided a 48-hour notice prior to pumping. The expectation is 100,000 gallons will be pumped during the period of performance of 15 April 2019 through 15 June 2019. (viii) 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 Performance Work Statement as referenced in paragraph (vi) above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed non-responsive and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications as attached to this solicitation. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications. For either the site visit (if required) or 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. Questions in regards to this solicitation are due no later than Wednesday 20 March 2019 by 2pm MT. Prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract or agreement. 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. Your quotation must remain valid for 90 days following the date stated in paragraph (xv) below. 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. (ix) 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. Quotations shall then be evaluated on the basis of how the quotation conforms to the Performance Work Statement. Any quotation not meeting the Performance Work Statement shall be deemed non-responsive and therefore, ineligible for award. Award shall be made to the lowest-priced quotation that also meets the Performance Work Statement. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2014), applies to this acquisition. (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: 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) (Section 1634 of Pub. L. 115-91). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (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 (JAN 2019) (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 (June 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 (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (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). 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). (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: 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 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) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials - Basic (Sep 2014) 252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013) 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 (May 2013) 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) 252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)(Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 2:00 PM MT, Thursday, 21 March 2019. Quote must be emailed to edsa.artates@us.af.mil; 341conspkc@gmail.com. Please follow-up quote submission with an email to ensure receipt. (xvi) Direct your questions to Ms. Edsa L. Artates at commercial: (406) 731-4011 or e-mail: edsa.artates@us.af.mil or MSgt J. Matthew Pilkington: (406) 731-4031 or email: james.pilkington.1@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »