07 June 2019
Contracting Office Address
Department of the Air Force, Air Force Installation Contracting Agency, 766 SCONS - Joint Base Pearl Harbor - Hickam (JBPH-H), 90 G Street, Bldg. 1201, JBPH-H, HI 96853-5230, United States
Description
This is a solicitation prepared in accordance with 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. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government.
The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number FA5215-19-Q-0001.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02 as of 5 June 2019, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20190215 and Air Force Acquisition Circular (AFAC) 2018-0525.
The applicable NAICS is 561710, Exterminating Services; the size standard is $11.0 Million and is a set-aside for WOSB.
This RFQ contains two (2) line items on a firm fixed price basis. The line items are as follows:
CLIN |
DESCRIPTION OF SERVICE |
Quantity |
Unit Cost |
Total Cost |
|
0001 |
|
1 Lot |
|
|
|
1001 |
Option Period 1:
|
1 Lot
|
|
|
|
2001 |
Option Period 2:
|
1 Lot
|
|
|
|
|
Total |
|
|
|
Period of Performance: The Government proposes to enter into a base with two options.
Period of Performance
Base: 1 July 2019 - 30 June 2020
OY1: 1 July 2020 - 30 June 2021
OY2: 1 July 2022 - 30 June 2023
ADDITIONAL REQUIREMENTS
When bidding on this requirement please include the information below and do a price breakdown for the above mentioned CLINs:
Cage Code:
DUNS No:
TIN:
Payment Terms:
Date offer expires:
Acceptance will be performed by the Government. The FOB Point is destination.
The FAR provision 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(a) All quotes are due on or before 12:00 PM, Hawaii Standard Time (HST), Friday, 28 June 2019. Submission is made via email to the Contracting Officer, Mark Barber at mark.barber.2@us.af.mil Quotes must reference the solicitation number FA5215-19-Q-0001.
(b) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
(c) If you would like to have a site visit that can be arranged by contacting Ms. Allison Nabours Bellows AFS at 808-448-4913 or email [email protected].
In addition 52.212-2 (a), Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and technical considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA).
All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (this must be completed on SAM www.sam.gov/). All referenced Federal Acquisition Regulation (FAR) clauses and provision in this solicitation may be accessed via the internet at https://farsite.hill.af.mil.
Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I.
(b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.
(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs (c)(5). [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
The following FAR clauses also apply:
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.247-34 F.o.b. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
The following DFARS clauses also apply:
252.232-7003 Electronic Submission of Payment Request and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
The following AFFARS clauses also apply:
5352.201-9101 Ombudsman
ALL-WAWF Wide Area Workflow Instructions
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 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)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
X (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
X (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
X (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
X (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
Points of Contact
Address any questions to Erick Shriver at [email protected] by 12:00 PM HST, Friday, 21 June 2019.
List of Attachments
Attachment 1- Performance Work Statement
Attachment 2- Location Map, BAFS, and Pu'ewai Wetlands
Attachment 3- BAFS Aerial View
Attachment 4 Hawaiian Water bird Breeding Table