Repair of Fabric Walled Aluminum Framed Structure
COMBINED SYNOPSIS/SOLICITATION W91ZLK-19-R-0088 This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional inf... COMBINED SYNOPSIS/SOLICITATION W91ZLK-19-R-0088 This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this request for proposal (RFP) is W91ZLK-19-R-0088. This requirement is under the associated North American Industry Classification System (NAICS) Code 332311, Prefabricated Metal Building and Component Manufacturing. The Government contemplates award of a Firm-Fixed Price purchase order in accordance with FAR 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services/materials. The contractor, as an independent party and not an agent of the government, shall provide all labor, parts, materials, tools, and equipment to design, fabricate, and install a new fabric panel for the end wall of Chemical Biological Center’s (CBC) existing fabric walled aluminum framed structure and with as-needed pumping services of wastewater storage containers at three remote sites on APG. All work is to be performed during normal working hours, Monday through Thursday, 7:00 AM to 4:30 PM, excluding federal holidays, on days Combat Capabilities Development Command-Chemical Biological Center (CCDC_CBC) open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Technical Point of Contact (TPOC).The period of performance is within 90 days of award. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Repair of Fabric Walled Aluminum Framed Structure W91ZLK-19-R-0088 PRICE Proposal Volume II: Repair of Fabric Walled Aluminum Framed Structure W91ZLK-19-R-0088 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-19-R-0088 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: CLIN 0001: Repair of Fabric Walled Aluminum Framed Structure QTY: 1 Unit Cost: JOB FFP CLIN 0002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit Cost: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the contract and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP Volume II: Detail Technical Proposal shall be evaluated based on the following factors: 1. Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS. To be rated as acceptable, the offeror must demonstrate the ability to provide repair Fabric Walled Aluminum Framed Structures according to the PWS. 2. Experience: Contractor shall possess a minimum of three (3) years of experience working on Fabric Walled Aluminum Framed Structures in accordance with the PWS. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3, Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4, Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 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) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (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. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 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 (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). 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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 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. 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. 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 at least 30 days before the contract expires. SUBMISSION PROCEDURES: All questions must be submitted via email to terrijuana.p.veals.civ@mail.mil by September 2, 2019 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-19-R-0088 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. Firm Fixed Price (FFP) quotes must be signed, dated, and received by September 9, 2019 at 10:00 AM Eastern Time. NO PHONE CALLS WILL BE ACCEPTED. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. Performance Work Statement Repair of Fabric Walled Aluminum Framed Structure 1. Introduction. One of Combat Capabilities Development Command Chemical Biological Center’s (CCDC-CBC) fabric walled aluminum framed structures was damaged in a recent storm. The fabric on one end panel was torn off and requires replacement. 2. Requirements. 2.1. The contractor shall design, fabricate, and install a new fabric panel for the end wall of CCDC-CBC’s existing fabric walled aluminum framed structure. The end wall has one penetration for the exhaust fan and is approximately 60 ft. wide and 30 ft. tall. The replacement fabric shall be the same material weight, type, and color as the rest of the structure. Measurements for reference include: 2.1.1. Peak height (from ground to bottom of arch): ~29.65’ 2.1.2. Arch I-beam is 4”x8” outside diameter 2.1.3. Height at each wall column (from ground to bottom of arch; from left to right): ~24.15’, ~27.8', ~27.8', ~24.15' 2.1.4. Measurements every 2 ft. up to first column starting from left: ~19.6', ~21.5', ~22.35', ~23', ~23.75' 2.1.5. Column spacing on end wall: 12’ 2.1.6. The curve in the arch starts at approximately 14’ 2.2. The existing structure is from A.P.I. Structures and was installed in 2007. A photograph of the current condition is below. A representative drawing is also attached, but may not exactly match the actual dimensions 3. Government Furnished Property or Assistance. N/A 4. Period of Performance. The contractor shall complete the end panel replacement within 90 days of award. 5. Place of Performance. The repairs shall be conducted on site at Aberdeen Proving Ground, MD. 6. Safety Considerations. None 7. Security Considerations. Contractor personnel will be required to check in at security checkpoint of Aberdeen Proving Ground, Edgewood Area. Contractors shall provide photo ID, and be prepared to have their vehicles searched. Contractor personnel will be issued a Visitor’s Badge at the facility and be accompanied by a Government escort at all times. (The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor’s or Government facility or whether access to the RDECOM Local Area Network is required.) 7.1. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 7.2. For contractors that do not require a CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCIC- Ill) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/ facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. The contractor shall not use foreign nationals on this contract unless approved by the Procuring Contracting Officer with ECBC Security Office concurrence. Any foreign nationals must be approved prior to initiating work under this project or subcontract. The following information is required when requesting approval for foreign national support: full name, date of birth, place of birth, citizenship, registration number, port of entry, and description of position in which employee will be utilized, photo copy of the work visa, permanent resident card or green card, abbreviated Curriculum Vitae, and a sole source justification. These documents will be submitted to the ECBC Security Office for approval. Previously approved foreign nationals must be reapproved if the nature of their work under this contract differs from that performed under the prior year's contract. Repair of Fabric Walled Aluminum Framed Structure 1. Introduction. One of Combat Capabilities Development Command Chemical Biological Center’s (CCDC-CBC) fabric walled aluminum framed structures was damaged in a recent storm. The fabric on one end panel was torn off and requires replacement. 2. Requirements. a. The contractor shall design, fabricate, and install a new fabric panel for the end wall of CCDC-CBC’s existing fabric walled aluminum framed structure. The end wall has one penetration for the exhaust fan and is approximately 60 ft. wide and 30 ft. tall. The replacement fabric shall be the same material weight, type, and color as the rest of the structure. Measurements for reference include: i. Peak height (from ground to bottom of arch): ~29.65’ ii. Arch I-beam is 4”x8” outside diameter iii. Height at each wall column (from ground to bottom of arch; from left to right): ~24.15’, ~27.8', ~27.8', ~24.15' iv. Measurements every 2 ft up to first column starting from left: ~19.6', ~21.5', ~22.35', ~23', ~23.75' v. Column spacing on end wall: 12’ vi. The curve in the arch starts at approximately 14’ b. The existing structure is from A.P.I. Structures and was installed in 2007. A photograph of the current condition is below. A representative drawing is also attached (Attachment 1), but may not exactly match the actual dimensions 3. Government Furnished Property or Assistance. N/A 4. Period of Performance. The contractor shall complete the end panel replacement within 90 days of award. 4. Place of Performance. The repairs shall be conducted on site at Aberdeen Proving Ground, MD. 5. Safety Considerations. None. 6. Security Considerations. Contractor personnel will be required to check in at security checkpoint of Aberdeen Proving Ground, Edgewood Area. Contractors shall provide photo ID, and be prepared to have their vehicles searched. Contractor personnel will be issued a Visitor’s Badge at the facility and be accompanied by a Government escort at all times. (The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor’s or Government facility or whether access to the RDECOM Local Area Network is required.) 6.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 6.2 For contractors that do not require a CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCIC- Ill) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/ facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. The contractor shall not use foreign nationals on this contract unless approved by the Procuring Contracting Officer with ECBC Security Office concurrence. Any foreign nationals must be approved prior to initiating work under this project or subcontract. The following information is required when requesting approval for foreign national support: full name, date of birth, place of birth, citizenship, registration number, port of entry, and description of position in which employee will be utilized, photo copy of the work visa, permanent resident card or green card, abbreviated Curriculum Vitae, and a sole source justification. These documents will be submitted to the ECBC Security Office for approval. Previously approved foreign nationals must be reapproved if the nature of their work under this contract differs from that performed under the prior year's contract. Attachment 1
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »