I) 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.
(II) Solicitation W912R1-18-T-0008 is issued as a Request for Proposal (RFP) Custodial Services. The DC Air National Guard require custodial services at the 113th Aerospace Control Alert (ACA) Facility. The period of performance is shall be for one (1) twelve (12) month base period, plus four (4) twelve (12) month optional periods.
(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-100.
(IV) This acquisition is reserved for Woman Owned Small Business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is 561720 - Custodial Services, FSC code S201; with a corresponding small business standard of 18M. Only offers from small businesses will be considered.
(V) SCHEDULE OF SUPPLIES/SERVICES:
(BASE YEAR) CLIN 0001 - Custodial Services: Contractor shall provide scheduled custodial services in accordance with the Performance Work Statement (PWS).
(BASE YEAR) CLIN 0002 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.
(OPTION YEAR 1) CLIN 1001 - Custodial Services: Contractor shall provide scheduled custodial services in accordance with the Performance Work Statement (PWS).
(OPTION YEAR 1) CLIN 1002 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.
(OPTION YEAR 2) CLIN 2001 - Custodial Services: Contractor shall provide scheduled custodial services in accordance with the Performance Work Statement (PWS).
(OPTION YEAR 2) CLIN 2002 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.
(OPTION YEAR 3) CLIN 3001 - Custodial Services: Contractor shall provide scheduled custodial services in accordance with the Performance Work Statement (PWS).
(OPTION YEAR 3) CLIN 3002 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.
(OPTION YEAR 4) CLIN 4001 - Custodial Services: Contractor shall provide scheduled custodial services in accordance with the Performance Work Statement (PWS).
(OPTION YEAR 4) CLIN 4002 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.
(VI) This solicitation is for the establishment of a Custodial Service Contract. Refer to the attached Performance Work Statement for description of the requirement.
(VII) Place of Performance:
DC Air National Guard
Building 2489
113th Aerospace Control Alert (ACA) Facility
Joint Base Andrews, Maryland 20762
(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(IX) The Government intends to award a contract to the offeror providing the best value; that is, price and past performance. The Government reserves the right to award a contract without discussions with respective offerors. Specifications are stated in the CLIN descriptions above. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Contractor shall submit a complete offer to include:
1.) A detailed breakout of all pricing (via the Cost Proposal Template)
2.) Completed Past Performance Questionnaire
Past Performance Questionnaires - Offerors are required to submit three (3) past performance questionnaires only. Past Performance Questionnaires shall be submitted by the respondents that are completing the questionnaires; and sent directly to the USPFO Contracting office. If no past performance questionnaires are received, the offeror will receive a neutral rating. Moreover, past performance questionnaires shall be relevant; that is, similar to the tasks specified in the PWS. Non relevant past performance questionnaires will receive a neutral rating as well. Past Performance Questionnaires are due no later than (NLT) 1 PM EST, September 20, 2018. Offerors shall have the referenced sources submit the Past Performance Questionnaires directly to [email protected].
NOTE: If a Contractor does not submit the required information requested above, their quote may not be considered for award and determined technically unacceptable.
(X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at http://sam.gov/.
(XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation.
(XII) The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive orders -- Commercial Items in its latest edition applies to this solicitation. In addition, the following clauses in their latest editions apply to this acquisition:
FAR:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on contracting with Inverted Domestic Corporations
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.217-5, Evaluation of Options
52.217-8, Option to Extend Services
52.217-9, Option to Extend the Terms of the Contract
52.219-28 Post Award Small Business Program Representation
52.219-30,
52.222-3, Convict Labor
52.222-17, Nondisplacement of Qualified Workers
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-50, Combating Trafficking in Persons
52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-3, Privacy Training
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
DFARS:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support.
252.232-7003, Electronic Submission of Payment Requests
252.232-7010, Levies on Contract Payments
252.225-7000, Buy American-Balance of Payments Program Certificate.
252.225-7031, Secondary Arab Boycott of Israel.
252.225-7048, Export-Controlled Items.
252.232-7006, Wide Area WorkFlow Payment Instructions.
252.244-7000, Subcontracts for Commercial Items.
(XIII) The following additional provisions are incorporated by reference:
52.212-1, (DEVIATION 2018-O0013) Instructions to Offerors-Commercial Items
52.219-1, Small Business Program Representations
52.252-1, Solicitation Provisions Incorporated by Reference
252.203-7005, Representation Relating to Compensation of Former DoD Officials.
(XIV) Site Visit:
The government will hold a site visit. Attendance of the site visit of where the work will be performed is highly recommended. Site visit will be held on 12 September 2018 beginning at 12:30 p.m.
The location will be:
DC Air National Guard
Building 2489
113th Aerospace Control Alert (ACA) Facility
Joint Base Andrews, Maryland 20762
All attendees must complete the attached Base Entry spreadsheet and email it to the attention of TSgt Misty J. Ali (Palacios-Ali) at [email protected] and [email protected] two (2) days prior the site visit. You must have a valid picture ID when entering the base.
(XV) All information relating to this solicitation, including, changes/amendments, questions, and answers will be posted on the following website: http://www.FBO.gov. Formal communications, such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. The questions and answers will be contained in a document titled "Questions and Answers." Offerors are requested to submit questions to the email address noted below not later than, 12 PM EST, September 13, 2018. E-mails must contain RFQ number in subject line. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/).
(XVI) All Offers are due no later than (NLT) 1 PM EST, September 20, 2018. All responsible sources that submit an offer, if timely received, shall be considered by the agency. All offers will be submitted by email to [email protected] and [email protected].