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 only the solicitation; Quotes are being requested and a written solicitation will not be issued.
The solicitation number for this procurement is FA670324Q0010 and is a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR 13.5, Simplified Procedures for Certain Commercial Items.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-05, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20240530, and Air Force Acquisition Circular (AFAC) 2024-0612.
Under this requirement the contractor is to provide all labor, materials, equipment, transportation, reports, and other documentation necessary to perform invasive species management within the boundaries of Dobbins installation IAW the Performance Work Statement (PWS). Foliar Spray Application of Herbicide IAW the PWS and submit findings and data to Dobbins CEV personnel. Cut Stump/Vine Application of Herbicide including any foliar spray application also required IAW the PWS. Submit findings and data to CEV personnel.
This is a 100% Small Business (SB) Set-Aside with a Small Business Size Standard of $19M. The North American Industry Classification System (NAICS) is 541620 - Environmental Consulting Services.
Award will be made in accordance with FAR 13.106-2. The government will award, from this solicitation, a basic `year plus four one-year option periods to the responsive/responsible offeror whose quote, conforming to the solicitation is most advantageous to the Government.
Contract Type: The Government will award one Firm Fixed Price (FFP) contract from this solicitation.
Period of Performance:
Basic Period: 30 Sep 2024 – 29 Sep 2025 CLINs 0001 and 0002
Option Period 1: 30 Sep 2025 – 29 Sep 2026 CLINs 1001 and 1002
Option Period 2: 30 Sep 2026 – 29 Sep 2027 CLINs 2001 and 2002
Option Period 3: 30 Sep 2027 – 29 Sep 2028 CLINs 3001 and 3002
Option Period 4: 30 Sep 2028 – 29 Sep 2029 CLINs 4001 and 4002
The Offeror must be an authorized, qualified, and certified vendor (registered in System for Award Management (SAM) www.sam.gov ) and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items. Award cannot be made to an offeror who does not have a current registration in SAM.
Any questions generated from this solicitation must be submitted in writing to Derrick Deeds at [email protected] and Kenneth Jacob [email protected] by 3:00 PM (EDT), 21 Aug 2024. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions after the site visit. Any questions received after 21 Aug 2024 may or may not be answered.
Location:
Services shall be performed on Dobbins Air Reserve Base, Marietta, GA 30069
SITE VISIT INFORMATION:
Site Visit is scheduled for 10:00 A.M. EDST on 16 Aug 2024. Site visit will begin at Bldg 812,
1538 Atlantic Ave, Dobbins ARB, GA 30069. to attend the site visit, interested parties MUST visit
the Visitors Center, located next to the Main Gate, to obtain a visitors pass; ID will be required. A background
check will be conducted on you. If you have a felony conviction within the last 10 years, you will
not be allowed on base. If you received a Pardon for your conviction, you will not be allowed on
base.
ONLY ONE (1) SITE VISIT WILL BE HELD/CONDUCTED.
2. You must also submit your Full Name, Date of Birth and Company, to the POC's listed below, no
later than eight (8) calendar days prior to the scheduled site visit which is 10:00 A.M. Thursday 8 Aug 2024 . Failure to submit information may result in denial of base access for the site visit. Requests for attendance shall be forwarded
to MS Stacy Marshall [email protected] and W. Derrick Deeds at [email protected]. The
Government is not responsible for electronic transmittal failures.
3. Any questions generated from the site visit must be submitted in writing to W. Derrick Deeds at
[email protected] and Kenneth Jacob at [email protected]. NLT 3:00 PM, 21 Aug 2024.
The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation
following receipt of any questions. Any questions received after 3:00 PM, 21 Aug 2024 may or may
not be answered. Submission of questions prior to the site visit is also encouraged.
4. All vehicles are subject to search and should have on their person a valid driver's license,
vehicle registration, and current proof of insurance. Offerors should allow sufficient time.
FAR
It is the firm’s or individuals’ responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://www.acquisition.gov/
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
(a) Definitions. As used in this clause—
“Department of Defense Activity Address Code (DoDAAC)” is a six-position code that uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
2 in 1
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
2 in 1
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
F87700
Issue By DoDAAC
FA6703
Admin DoDAAC
FA6703
Inspect By DoDAAC
Ship To Code
F5B323
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
F5B323
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.
[email protected] (678) 655-5276
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
[Class Deviation- 2023-O0008, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System.
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2023-O0008) (OCT 2023)
(a) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records—Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a
Attachment
Class Deviation 2023-O0008
Commercial Products and Commercial Services Omnibus Clause for Acquisitions
Using the Procurement Desktop-Defense System
Changes are indicated by a change bar in the right-hand margin.
Page 2 of 5
subcontract for commercial products or commercial services. 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 (NOV 2021) (41 U.S.C. 3509).
(ii) 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)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115-91).
(iv) 52.204–25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115–232).
(v) 52.204–27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117–328).
(vi) 52.219-8, Utilization of Small Business Concerns (SEP 2023) (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 the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(vii) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(viii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
(ix) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
(x) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
(xi) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).
(xii) 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.
(xiii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(xiv)__(A) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
__(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
Attachment
Class Deviation 2023-O0008
Commercial Products and Commercial Services Omnibus Clause for Acquisitions
Using the Procurement Desktop-Defense System
Changes are indicated by a change bar in the right-hand margin.
Page 3 of 5
(xv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvii) 52.222-54, Employment Eligibility Verification (MAY 2022) (E.O. 12989).
(xviii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
(xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).
(xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxiii) 52.232–40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232–40.
(xxiv) 52.247–64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247–64.
(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.222-42 Statement of Equivalent Rates for Federal Hires.
Statement of Equivalent Rates for Federal Hires (May 2014)
In compliance with the Service Contract Labor Standards statute 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 5 332.
This Statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage-Fringe Benefits
30090 - Environmental Technician 24.60
(End of clause)
The following Provisions and Clauses apply to this solicitation and are incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors – Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial items
FAR 52.212-3 Alt 1
FAR 52.212-4 Contract Terms and Conditions – Commercial Items
FAR 52.217-5 Evaluation of Options
FAR 52.219-1 Small Business Program Representations
FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026
(Jan 2022)
FAR 52.223-3 Hazardous Material Identification And Material Safety Data
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran—Representation and Certifications
FAR 52.232-18 Availability of Funds
FAR 52.247-34 F.O.B. Destination
DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.223-7001 Hazard Warning Labels
DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications
AFFARS 5352.223-9001 Health and Safety on Government Installations
AFFARS 5352.237-9001 Requirements Affecting Contractor Personnel Performing Mission Essential Services
Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items (Jan 2017) The following addendum is provided to this provision:
1. Replace paragraph (b) entitled “Submission of offers” with the following instructions:
Quote Format. All pages of each Offer must be appropriately numbered and identified with Solicitation Number: FA670324Q0010 in the header of each page.
Electronic Copies.
Sound or video (e.g. MPEG) files shall not be embedded into the quote files.
Pricing Schedule - The pricing schedule shall be submitted fully completed and error free. It shall contain the offeror’s prices for the established Contract Line Item Numbers (CLINS) 0001 through 4001
Note: Offerors must provide the information requested above for the base year, and all subsequent option periods. The proposed prices will be utilized throughout the life of the contract to include all option periods.
Additionally all current Licenses and Certifications as required in paragraph 3.0 of the Performance Work Statement Attachment (1) shall be submitted.
(e) Multiple offers. Offeror shall submit only one offer presenting the terms and conditions or commercial items for satisfying the requirements of this solicitation.
52.212-2 Evaluation—Commercial Products and Commercial Services.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation—Commercial Products and Commercial Services (Nov 2021)
Price
Technical and past performance, when combined, are the licenses and certification to ensure compliance with paragraph 3.0 of the SOW Attachment one of the solicitation.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(End of Clause)
5 5352.201-9101 AFRC Ombudsman (Jul 2023)
(End of clause)
5352.223-9001 Health and Safety on Government Installations (Jul 2023)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)
5352.242-9000 Contractor Access to Air Force Installations (Jun 2024)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all
contractor personnel who make frequent visits to or perform work on the Department of the Air Force
installation(s) cited in the contract. Contractor personnel are required to wear or prominently
display installation identification badges or contractor-furnished, contractor identification
badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer
listing the following: contract number, location of work site, start and stop dates, and names of
employees and subcontractor employees needing access to the base. The letter will also specify the
individual(s) authorized to sign for a request for base identification credentials or vehicle
passes. The contracting officer will endorse the request and forward it to the issuing base pass
and registration office or Security Forces for processing. When reporting to the registration
office, the authorized contractor individual(s) should provide a valid driver's license, current
vehicle registration, valid vehicle insurance certificate, and <<1> >to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required
identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the
contractor shall comply with <<2>> citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the
prime contractor shall ensure that all base identification passes issued to employees and
subcontractor employees are returned to the issuing office.
(f) The contractor shall provide an after-hours contact number or after-hours email in the
Emergency Mass Notification System (EMNS) for each of their personnel, whose normal place of duty
is on a DoD installation or within a DoD facility. The contractor shall comply with any additional
requirements in DAFMAN 10-206 for emergency operational reporting. Foreign Nationals may
participate and may remove themselves from the Emergency Mass Notification System at any time. To
update information, personnel can access the globe icon on their system desktop screens and choose
the "Access Self-Service" option.
(g) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
List of Attachments
Attachment
Item Description
Page Numbers
Date
Attachment 1
Performance Work Statement
5
31 July 2024
Attachment 2
Pricing Schedule
1
30 July 2024
Attachment 3
Area photo of Coverage Area
1
30 July 2024
Attachment 4
Wage Determination 2015-4471
14
22 Jul 2024