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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D30041AW02.
Submit written offers IAW CLIN structure outlined in announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 and DFARS DPN 20200114. The North American Industrial Classification Standard (NAICS) 561612 and Size Standard of $20,500,000.00 apply to this procurement. This is a 100% small business set-aside.
The basis for award and evaluation factors includes a best value assessment utilizing the following factors:
(1) Price: price reasonableness will be used to identify unrealistic low/high offerors. Pricing should be provided in a “per hour” fashion.
(2) Technical: Qualified personnel with proper security clearance (see PWS paragraph 1.7.4.8)
Purchase Request #: F4D3D30041AW02
Project Title: Security Escorts, FACP Bldg. 8195, VAFB
1.) Quotes should conform to the CLIN structure as established in the RFQ Template.
2.) This award will be a fixed-price labor-hours contract. All management, G&A, and supporting costs must be reflected in the hourly rate provided on the RFQ Template. Awardee will not be able to invoice any additional hours than those reflected in the construction schedule where guard duty is required.
3.) Quotes shall be valid 2 weeks after award date.
4.) Please see attached documents for detailed description of requirements.
a. Attachment 1: Performance Work Statement
b. Attachment 2: SCA Wage Determination
c. Attachment 3. Draft DD254
d. Attachment 4: RFQ Template (required for submission of quote)
5.) All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 4:00 PM PST, 13 May 2020. Answers will be posted NLT 4 PM PST, 15 May 2020. Telephone and other means of oral communication will not be permitted.
6. Quotes must be sent to Contract Specialist Marvin Cordova at [email protected] no later than 3:00 p.m. PST on Wednesday, May 20, 2020.
The contract will be Labor-Hour Contract with one CLIN to be invoiced on a bi-weekly basis. The tentative period of performance will be 60 days approximately 15 weeks after contract award.
The following clauses are incorporated by reference in the final award:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4ALT 1Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-41 Service Contract Labor Standards
52.222-50 Combat Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
52.223-5 Pollution Prevention and Right-To-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
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
52.237-2 Protection of Government Building, Equipment and Vegetation
52.242-15 Stop-Work Order
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
The following clauses are incorporated by full text in the final award:
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
GS/WG Equivalent Monetary Wage Fringe Benefits
GS-05 $20.08 (36.25%)
52.252-2 Clauses Incorporated by Reference
Fill-in Text:
http://www.acquisition.gov/content/regulations
52.252-6 Authorized Deviations in Clauses
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
Fill-in Text:
(b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories
(c): AFI 31-101, Integrated Defense
The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-22 Alternative Line Item Proposal
52.212-1 Instructions to Offerors – Commercial Items
Addendum
Contractor shall submit with quote the following:
(a) Completed RFQ template (or a quote with all requested information clearly identifiable)
52.216-31 Time-and Materials/Labor-Hour Proposal Requirements – Commercial Item Acquisitions
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation – Commercial Items
Fill-in Text:
(a): Price
(b): Qualified personnel with proper security clearance
52.212-3, Alt I Reps & Certs
52.252-1 Provisions Incorporated by Reference
Fill-in Text:
http://www.acquisition.gov/content/regulations
52.252-5 Authorized Deviations in Provisions
Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.