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# F4D3D30085AW01.
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 applicable North American Industry Classification System (NAICS) code is 561612, “Security Guards and Patrol Services” and the applicable size standard is $20.5M. The PSC/FSC Code is S211, “Surveillance Services”.
This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a).
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 #: F4D3D30085AW01
Project Title: Security Escorts for Bldg. 7011, 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: Statement of Work dtd 7 Apr 2020
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 submitted in writing via email to the Contract Specialist (CS) No Later Than (NLT) 2:00 PM PST Tuesday, 02 June 2020. Answers will be posted to FBO by 4:00 PM PST, Thursday, 04 June 2020. Telephone and other means of oral communication will not be received.
6.) Quotes must be sent to the attention of Marvin Cordova, Contract Specialist, at [email protected] and courtesy copied to the attention of 1st Lt. Steven L. Groenheim, Contracting Officer, at [email protected] NLT 3:00 PM PST Wednesday, 10 June 2020. Quotes shall be valid for 60 days after submission.
The projected acquisition milestones are as follows:
a. Contractor Questions Due: 02 June 2020 NLT 2:00 PM PST
b. Government Responses: 04 June 2020 NLT 4:00 PM PST
c. Quotes Due: 10 June 2020 NLT 3:00 PM PST
d. Contract Award: 17 June 2020
e. Contract Period of Performance: Projected start 04 August 2020, 188 PoP
CLAUSES & PROVISIONS INCORPORATED BY REFERENCE
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 2017-01 SEC I
52.204-7 System for Award Management. 2018-10 SEC L
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I
52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K
52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I
52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 2016-06 SEC I
52.204-22 Alternative Line Item Proposal. 2017-01 SEC I
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 2018-07 SEC I
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 2015-10 SEC I
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11 SEC I
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I
52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I
52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I
52.219-14 Limitations on Subcontracting. 2017-01 SEC I
52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I
52.222-37 Employment Reports on Veterans 2016-02 SEC I
52.222-41 Service Contract Labor Standards. 2018-08 SEC I
52.222-55 Minimum Wages Under Executive Order 13658. 2015-12 SEC I
52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 SEC I
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I
52.224-3 Privacy Training. 2017-01 SEC I
52.224-3 Privacy Training – (Alternate I) 2017-01 SEC I
52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I
52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I
52.233-3 Protest after Award. 1996-08 SEC I
52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 SEC I
252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I
252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K
252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I
252.204-7006 Billing Instructions. 2005-10 SEC G
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 SEC I
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 2016-10 SEC I
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2015-10 SEC I
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 SEC I
252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I
252.225-7001 Buy American and Balance of Payments Program. 2017-12 SEC I
252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 SEC I
252.225-7048 Export-Controlled Items. 2013-06 SEC I
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G
252.232-7010 Levies on Contract Payments. 2006-12 SEC I
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 SEC I
252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I
252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I
252.246-7000 Material Inspection and Receiving Report 2008-03 SEC I
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.
CLAUSES IN FULL TEXT
52.212-1 Instructions to Offerors-Commercial Items. (OCT 2018)
52.212-2 Evaluation – Commercial Items (OCT 2014)
Fill-in Text: The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation provides the most advantageous offer (Best Value) to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical
GS/WG Equivalent Monetary Wage Fringe Benefits
GS-05 $19.11 $6.92 (36.25%)
52.223-22 Public Disclosure of Greenhouse Gas Emission and Reduction (DEC 2016)
Goals-Representation.
52.222-50 Combat Trafficking in Persons (MAR 2015)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
Fill-in Text: http://farsite.hill.af.mil/
https://acquisition.gov/
52.252-2 Clauses Incorporated by Reference (FEB 1998)
Fill-in Text: http://farsite.hill.af.mil/
https://acquisition.gov/
252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018)
Fill-in Text: To be filled at time of award.
5352.201-9101 Ombudsman (JUN 2016)
5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements (Oct 2017)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012)
5352.223-9001 Health and Safety on Government Installations (NOV 2012)
5352.242-9000 Contractor Access to Air Force Installations (NOV 2012)
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, and AFI 31-501, Personnel Security Program.