Temporary Facilities for the 129th Rescue Wing
Request for Proposal Temporary Facilities for the 129th Rescue Wing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplem... Request for Proposal Temporary Facilities for the 129th Rescue Wing 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 solicitation number for this procurement is W912LA-19-R-7003 and is hereby issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01 (20 December 2018). The associated North American Industry Classification System (NAICS) is 532490, "OTHER COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT RENTAL AND LEASING" is applicable. The Small Business Size Standard is $32,500,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following leased equipment for the specified performance periods. Contract Line Item Numbers (CLINs). The CLINS below are notional and relate to the Proposal Coversheet; the ultimate line item structure will be based on the successful offeror's proposed structure; see Attachment 4 for instructions on how to prepare you proposal. CLIN 0001 SERVICES - ADMINISTRATIVE FACILITY Base Period. The Contractor shall provide temporary modular administrative facilities for the 129th Force Support Flight's Services Element (129 FSS/FSV). All work shall conform to the attached Performance Work Statement (PWS). Anticipated lease period: 33 Months to include a base period and two (2) option periods. Delivery shall be complete no later than sixty (60) days After Date of Contract (ADC). Option Period 1 (CLIN 1001) Option Period 2 (CLIN 2001) CLIN 0002 SERVICES - DINING FACILITY Base Period. The Contractor shall provide one (1) temporary modular dining facilities for the 129th Force Support Flight's Services Element (129 FSS/FSV). All work shall conform to the attached Performance Work Statement (PWS). Anticipated lease period: 33 Months to include a base period and two (2) option periods. Delivery shall be complete no later than sixty (60) days After Date of Contract (ADC). Option Period 1 (CLIN 1002) Option Period 2 (CLIN 2002) CLIN 0003 SERVICES - FITNESS FACILITY Base Period. The Contractor shall provide temporary modular fitness facilities for the 129th Force Support Flight's Services Element (129 FSS/FSV). All work shall conform to the attached Performance Work Statement (PWS). Period of Performance (POP): 11 March 2019 to 10 March 2020. Option Period 1 (CLIN 1003) - POP 11 March 2020 to 10 March 2021 Option Period 2 (CLIN 2003) - POP 11 March 2021 to 10 March 2022 CLIN 0004 SERVICES - RESTROOM AND SHOWER FACILITIES Base Period. The Contractor shall provide temporary modular restroom and shower facilities for the 129th Force Support Flight's Services Element (129 FSS/FSV). All work shall conform to the attached Performance Work Statement (PWS). Anticipated lease period: 33 Months to include a base period and two (2) option periods. Delivery shall be complete no later than sixty (60) days After Date of Contract (ADC). Option Period 1 (CLIN 1004) Option Period 2 (CLIN 2004) CLIN 0005 OPERATIONS - ADMINISTRATIVE FACILITIES Base Period. The Contractor shall provide two (2) temporary modular administrative facilities for the 129th Operations Group (129 OG). All work shall conform to the attached Performance Work Statement (PWS). Anticipated lease period: 17 Months to include a base period and one (1) option period. Delivery shall be complete no later than sixty (60) days After Date of Contract (ADC). Option Period 1 (CLIN 1005) CLIN 0006 OPERATIONS - RESTROOM FACILITY Base Period. The Contractor shall provide temporary modular restroom facility for the 129th Operations Group (129 OG). All work shall conform to the attached Performance Work Statement (PWS). Anticipated lease period: 17 Months to include a base period and one (1) option period. Delivery shall be complete no later than sixty (60) days After Date of Contract (ADC). Option Period 1 (CLIN 1005) - POP 11 March 2020 to 10 March 2021 The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. This clause has been incorporated by reference with Deviation 2018-O0003 and is supplemented with the proposal instructions included in Attachment 4, Instructions to Offerors and Evaluation of Proposals. The FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All proposals will be evaluated in accordance with the methodology provided in Attachment 4, Instructions to Offerors and Evaluation of Proposals. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2018-O0021. See Attachment 3, Applicable Provisions and Clauses for the full text of this clause. Offerors are advised of the additional contract requirements: - IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. - This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 27 February 2019. Submit questions to both email addresses identified below. All proposals must be submitted no later than 5:00 PM, 4 March 2019. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below: The Offeror shall submit their proposal via email to the persons indicated below: SMSgt Paul (Nick) Ochs (paul.n.ochs.mil@mail.mil) MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil) ATTACHMENTS 1 Performance Work Statement (Revision 1) (10 Pages) 2 Proposal Coversheet (2 Pages) 3 Applicable Provisions & Clauses (33 Pages) 4 Instructions to Offerors and Evaluation of Proposals (9 Pages) 5 Past Performance Questionnaire (3 Pages) 6 Notional Arrangement of Facilities (2 Pages) Amendment 1 This requirement is not set-aside for small business concerns. Resultantly, the full-text description of the Combined Synopsis/Solicitation has been revised to remove references to a small business set-aside. Additionally, the Government's notional arrangement of the facilities is hereby incorporated as Attachment 6. Amendment 2 This combined synopsis/solicitation is hereby amended to incorporate Questions and Answers, Round 1. Amendment 3 This combined synopsis/solicitation is hereby amended to incorporate Questions and Answers, Round 2. Amendment 4 This combined synopsis/solicitation is hereby amended to incorporate Questions and Answers, Round 3. Amendment 5 This combined synopsis/solicitation is hereby amended to extend the proposal submission deadline for one (1) week. The new solicitation deadline is 22 February 2019, 2:00 PM Pacific Time. Amendment 6 This combined synopsis/solicitation is hereby amended to accomplish the following: - The original full-text Combined Synopsis/Solicitation is hereby removed and replaced with Revision 1. - The original Performance Work Statement (PWS) (Attachment 1) is hereby removed and replaced with Revision 1; a marked-up version is provided with this amendment. - The Round 3 Questions and Answers document is hereby reremoved and replaced with Revision 1; a marked-up version is provided with this amendment. - The deadline for submitting proposals is hereby extended to 5:00 PM, Pacific Time, on Monday, 4 March 2019. - The Instructions to Offerors and Evaluation of Proposals document (Attachment 4) is hereby amended. The deadline for submission of questions and answers and proposals in Section 7 is changed to reflect the dates displayed on the Federal Business Opportunities website. - An additional deadline for submitting questions and answers is provided; submit questions no later than 2:00 PM, Pacific Time, on Wednesday, 27 February 2019. Amendment 7 This combined synopsis/solicitation is hereby amended to accomplish the following: - The original Proposal Coversheet (Attachment 2) is hereby removed and replaced with the Excel spreadsheet titled Revised Proposal Coversheet.xlsx. - The deadline for submitting proposals is hereby extended to 11:00 AM, Pacific Time, on Tuesday, 5 March 2019. - The Instructions to Offerors and Evaluation of Proposals document (Attachment 4) is hereby amended. The deadline for submission of questions and answers and proposals in Section 7 is changed to reflect the dates displayed on the Federal Business Opportunities website. Amendment 8 This combined synopsis/solicitation is hereby amended to accomplish the following: - The deadline for submitting proposals is hereby extended to 8:00 PM, Pacific Time, on Tuesday, 5 March 2019. This will be the final extension of the solicitation deadline. - The Instructions to Offerors and Evaluation of Proposals document (Attachment 4) is hereby amended. The deadline for submission of questions and answers and proposals in Section 7 is changed to reflect the dates displayed on the Federal Business Opportunities website. Amendment 9 This combined synopsis/solicitation is hereby amended to accomplish the following: - In order to increase competition and offeror participation, the solicitation deadline is hereby extended to 2:00pm Pacific Time on Friday, 12 April 2019. - The basis of award is hereby changed from Lowest Price Technically Acceptable (LPTA) to Trade Off/Best Value. Resultantly, the Instructions to Offerors and Evaluation of Proposals (Attachment 4) is removed and replaced with Revision 1.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »