This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation FA4877-17-Q-0212 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95; Defense Circular Number 20161222; Air Force Circular 2017-0127. This procurement is being issued as a 100% Small Business Set-Aside under NAICS code 811192.
Please note the availability of funds clause is included in this solicitation.
Although we plan on awarding this contract on 31 July 17, the contract will only be awarding if funds are certified and available for this purchase on that date.
CLIN 0001 - The contractor shall provide all tools, parts, equipment, materials, transporation, personnel, labor, supervision, and management necessary to perform preventative maintenance and repair services on the automotive washrack equipment. See
Attached Statement of Work. POP 31 July 17- 30 July 18
CLIN 1001(Option) - The contractor shall provide all tools, parts, equipment, materials, transporation, personnel, labor, supervision, and management necessary to perform preventative maintenance and repair services on the automotive washrack equipment. See
Attached Statement of Work. POP 31 July 18- 30 July 19
CLIN 2001(Option) - The contractor shall provide all tools, parts, equipment, materials, transporation, personnel, labor, supervision, and management necessary to perform preventative maintenance and repair services on the automotive washrack equipment. See
Attached Statement of Work. POP 31 July 19- 30 July 20
CLIN 3001(Option) - The contractor shall provide all tools, parts, equipment, materials, transporation, personnel, labor, supervision, and management necessary to perform preventative maintenance and repair services on the automotive washrack equipment. See
Attached Statement of Work. POP 31 July 20- 30 July 21
CLIN 4001(Option) - The contractor shall provide all tools, parts, equipment, materials, transporation, personnel, labor, supervision, and management necessary to perform preventative maintenance and repair services on the automotive washrack equipment. See
Attached Statement of Work. POP 31 July 21- 30 July 22
The delivery address will be Bldg 421, 4175 S Alamo St, DMAFB, AZ 85707.
Clause 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil
Provision, 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil
52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.212-1, Instructions to Offeror -- Commercial applies to this acquisition.
52.212-2, Evaluation -- Commercial Items applies to this acquisition. Proposals will be evaluated on technical acceptability and lowest price.
Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.
52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition.
52.222-50, Combating Trafficking in Persons
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-1, Small Business Program Representations
Alternate I of 52.219-1
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
52.217-5, Evaluation of Options
52.217-8, Option to Extend Services
52.217-9, Option to Extend the Term of the Contract
52.222-22, Previous Contracts and Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
Washrack Technician- GS 01- $10.27 (hourly)
52.222-43, Fair Labor Standards Act and Service Contract Labor
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran-Representation and Certifications
52.232-18, Availability of Funds
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A, System for Award Management applies to this acquisition.
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payment
252.247-7023, Transportation of Supplies by Sea
DM006 - Individual Access to DM with a Criminal Background
This policy applies to all civilians contractors requesting access to DMAFB. In order to promote security and safety DMAFB, these requestors are subject to criminal background checks, wants/warrants checks, and driving history checks. Individuals whose criminal background meets any of the following criteria shall not be allowed access to DMAFB and may in turn be debarred: a. The individual is required to register as a sexual offender under Federal law or the applicable State law; or b. The individual has been convicted of illegal possession or use of drugs/narcotics on more than one occasion within 5 years from the date requested for access to DMAFB; or c. The individual has been convicted of an offense involving drug trafficking within 10 years from the date requested for access to DMAFB; or d. The individual has been convicted of a felony involving violence against a person, arson, robbery, or burglary within 10 years from the date requested for access to DMAFB; or e. The individual has been convicted of any crime involving indecent acts with a minor or a felony that is sexual in nature within 10 years from the date requested to DMAFB. Individuals shall be allowed to submit application for a waiver of this policy to the DMAFB Legal Office through Security Forces Reports/Analysis at 355 SFS/S5B, 3345 First Street, Davis-Monthan AFB, AZ 85707
DM010 - Illegal Immigrants and Foreign Nationals
Illegal Aliens. In accordance with Air Combat Command (ACC) supplement to AFI 31-101, The Air Force Installation Security Program (FOUO), illegal aliens are unauthorized on all ACC military installations, including Davis-Monthan AFB. The contractor shall not hire illegal aliens to perform contract services on Davis-Monthan AFB, nor attempt to bring illegal aliens on the installation. Illegal aliens found on Davis-Monthan AFB shall be immediately detained by base security forces and barred from the installation. Corrective/punitive action will be taken against the contractor and the illegal alien if the contractor hires illegal aliens to perform contract services on Davis-Monthan AFB.
Foreign Nationals. AFI 31-133 states that foreign nationals are only to be granted un-escorted access with explicit written authorization from the installation commander, on a case by case basis.
DM017 - Davis Monthan AFB Marijuana Policy
In accordance with 355 Fighter Wing guidance, all persons are prohibited from introducing, using, possessing, distributing, or purchasing marijuana on Davis-Monthan AFB for any reason, even if it has been medically prescribed. Contractors who violate this guidance shall be immediately detained by base security forces, who will then turn those persons over to the local authorities and those individuals found in violation shall be barred from the installation.
DM019 - Contractor Manpower Reporting
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October of each calendar year. Contractors may direct questions to the CMRA help desk. Instructions to Contractor: Reporting Period: Contractors are required to input data by 31 October of each year.
Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data.
User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CMRA link at http://www.ecmra.mil.
5352.201-9101, Ombudsman (APR 2014) - AFICA/KPC (OL-ACC) Ombudsman, Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: [email protected].
WAGE DETERMINATION
The following Wage determinations (WD) is hereby incorporated:
Wage Determination No.: 15-5474 (Rev.-1) dated 01/31/2017, Area: Pima County, Arizona. The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/
There will be a site visit held on Monday, 26 June 2017 at 10:00 A.M Arizona Local Time, please confirm via e-mail no later than 22 June 2017 if you will be attending. Any questions pertaining to this acquisition shall be submitted in writing no later than Wednesday, 28 June 2017 by 12:00 PM Arizona Local Time. Written questions shall be sent to SrA Roxana Romero at [email protected] and Roxanne Elfering at [email protected].
It is the responsibility of the offeror to view the website for any changes or amendments to this RFP. Proposals will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via email by 10 July 2017 3:00 PM Arizona Local Time. POC for this solicitation is SrA Roxana Romero. Telephone: 520-228-2214 Email: [email protected]. Alternate POC is Roxanne Elfering at [email protected]. Please email all correspondence to the primary and alternate POC.