Aggregate Base Course & Select Fill Materials
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; proposals are being requested and a written solicitation will not be issued. The Combined Synopsis/Solicitation Number: FA6633-19-Q-A007 This is a Request for Quotation (RFQ) for Aggregate Base Course & Select Fill Materials at 934th Airlift Wing in Minneapolis, MN. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02TA, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190215, and Air Force Acquisition Circular (AFAC) 2018-0525. All work is to be performed in accordance with the SOW (Statement of Work), contract award guidelines, & contract clauses. This requirement is a 100% total set-aside for small business. The NAICS code for this requirement is 212321 with a small business size standard of 500 Employees. Quotes will be evaluated in accordance with FAR Clause 52.212-2 (see attachment). Prospective vendors must be actively registered with the SAM.GOV system. The offeror is responsible to download any amendments and other documents from this website without further notice from the 934th Airlift Wing. The Government reserves the right to make multiple awards should no single contractor be able to provide all the materials at a fair & reasonable price. Contract Line items: The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s): Contract Line Item Equipment Description Unit of Measurement Quantity Price per Unit Total Price 0001 Aggregate Base Course Cubic Yards 1,675 0002 Select Fill Cubic Yards 3,775 Contractor's are welcome to provide the requirement in Tonnage based on the estimate provided in the below amounts instead of Cubic Yards. Each Unit of Measurement will be evaluated & considered equal provided the correct quantities are utilized. Aggregate Base Course: 3,825 Tons Select Fill: 5,500 Tons Quotes are due by 11:00 AM Central Standard Time Monday, 20 May 2019. All qualified responsive/responsible offerors may submit a proposal which shall be considered by the agency if received timely. Actual quantities of materials being required will vary minorly. Any purchase order issued as a result of this solicitation will include Not to Exceed (NTE) in each CLIN. See Attached: 20190510 SOW Base_Fill (Statement of Work) 20190510 Clause Selection Performance Period: Deliveries within 2 weeks after the receipt of award. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: See attachment: 20190510 Clause Selection for FAR & DFARs Clauses. FAR 52.212-1 Instruction to Offers applies to this Acquisition FAR 52.212-2 Evaulation of Offers, Listed Factors: Price, Technical Acceptability FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this Acquisition, include completed copy with offer FAR 52.212-4 Contract Terms and Conditions Offers applies to this Acquisition, see attachment for details FAR 52.212-5 Contract Terms and Conditions Require To Implement Statues or Executive Orders - Commercial Items applies to this Acquisition, see attachment for details AFFARS 5352.201-9101 Ombudsman (Jun 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Colonel Traci Kuekermurphy, HQ AFRC/DSD, 255 Richard Ray Blvd, Robins AFB GA 31098. Comm: 478-327-2440. Email: traci.kuekermurphy@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 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, full legal name (Last, First, Middle), driver's license number and state of residence (If no DL then state ID, if no state ID, then date of birth), of all employees and subcontractor employees requesting access to the installation. They will submit to a background check or be denied entry. If unfavorable information is discovered, entry may be denied (AFMAN 31-113, paragraph 4.13.1). 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 police for processing. When reporting to the registration office (Security Forces Pass & ID, Bldg. 906), the authorized contractor individual(s) must conform to the following requirements: 1. All persons requesting access must provide a REAL ID Act compliant credential (AFMAN 31-113, paragraph 3.1.) 2. All persons and their property are subject to inspection, IAW Internal Security Act of 1950 (50 U.S.C. 797, Sec.21) and the Code of Federal Regulation Title 32 Sec 809a.2. 3. Contractors are not authorized escort authority. (AFMAN 31-113, paragraph 6.5.2.) The organization requesting the project will provide escorts. 4. Dangerous weapons or destructive devices are not allowed. Firearm permits and conceal/carry permits are not exempt. (IDP, Annex C, Appendix 1, Tab L, paragraph 4.9.) The majority of this installation is federal exclusive jurisdiction which overrides state, county or local weapons permits. 5. Driving a vehicle on military installations is a privilege granted by the installation commander (AFI 31-218 Chap 2). All operators must be able to produce, on request, proof of insurance and a valid driver's license. (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. The general contractor will provide the full names and driver's license numbers of all contract personnel and subcontractor personnel to Base Contracting who will in turn provide to Security Forces to be used in a criminal background check. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with any other security measures imposed. (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 any of these requiresmens may result in withholding of final payment. Notice of REAL ID Act Implications NOTICE: REAL ID Act enforcement by the Department of Defense was implemented. As such, non-enhanced MN driver's licenses and state identification cards will soon become invalid for access to the Minneapolis-St. Paul Air Reserve Station/934th Airlift Wing. Therefore, contractors, subcontractors, and delivery drivers will be required to possess an Enhanced Driver's License/State ID Card, or U.S. Passport for continued access to the installation. Lead time to obtain these accepted forms of identification is approximately 6 weeks. Notice of REAL ID enforcement on this installation will be provided as soon as is possible; however, it is likely that notice could be insufficient to obtain an enhanced ID. UPDATE 31JAN19: NO STATES ARE SUBJECT TO REAL ID ENFORCEMENT AT THIS TIME. DoD will accept standard State-issued driver's licenses and identification cards from all U.S. States and territories as proof of identity. However, please note a key exception: State-issued driver's licenses and identification cards marked "Not Valid for Federal Purposes", "Federal Limits May Apply" or other similar language still may not be accepted by DoD. Currently Minnesota is issuing ID's marked "Not Valid for Federal Purposes" unless the person requests a REAL ID compliant ID General Information Points of Contact for this solicitation is Joseph Holt, (612) 713-1433 or joseph.holt.6@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »