Solicitation No: FA4830-16-Q-0028
Requirement: TACTS Towers Mx
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
The solicitation number for this procurement is FA4830-16-Q-0028 and it is issued as a Request for Quotation (RFQ).
All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance.
This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87-Correction, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2015-1001. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 532411. The small business size standard is $32.5 million. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).
Description: The purpose of this solicitation is to provide maritime transportation to and from eight (8) offshore Tactical Air Control Tower Systems (TACTS) towers for Moody AFB in accordance with Attachment 1: Statement of Work (SOW).
Quotations must be submitted on Attachment 2: Pricing Schedule
FOB Point: Destination (Moody AFB, GA.)
Period of Performance is as follows:
Base Year: 1 June 2016 through 30 September 2016
Option Year 1: 1 October 2016 through 30 September 2017
Option Year 2: 1 October 2017 through 30 September 2018
Option Year 3: 1 October 2018 through 30 September 2019
Option Year 4: 1 October 2019 through 30 September 2020
All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFQ, may be excluded from consideration.
The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/.
The following clauses will be incorporated by reference into the resulting contract.
FAR
52.249-2
Termination for Convenience of the Government
April-12
FAR
52.201-1
Definitions
Nov-13
FAR
52.204-4
Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
May-11
FAR
52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards
Oct-15
FAR
52.207-1
Notice of Standard Competition
May-06
FAR
52.207-2
Notice of Streamlined Competition
May-06
FAR
52.209-2
Prohibition on Contracting with Inverted Domestic Corporations--Representation
Nov-15
FAR
52.209-6
Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
Oct-15
FAR
52.242-15
Stop-Work Order
Aug-89
FAR
52.209-10
Prohibition on Contracting With Inverted Domestic Corporations
Nov-15
FAR
52.219-6
Notice of Total Small Business Set-Aside
Nov-12
FAR
52.219-28
Post-Award Small Business Program Rerepresentation
Jul-13
FAR
52.222-3
Convict Labor
Jun-03
FAR
52.222-19
Child Labor - Cooperation with Authorities and Remedies
Jan-14
FAR
52.222-21
Prohibition of Segregated Facilities
Feb-99
FAR
52.222-26
Equal Opportunity
Mar-07
FAR
52.222.35
Equal Opportunity for Veterans
Oct-15
FAR
52.222-36
Equal Opportunity of Workers With Disabilities
Jul-14
FRA
52.222-37
Employment Reports on Veterans
Frb-16
FAR
52.222-41
Service Contract Labor Standards
May-14
FAR
52.222-50
Combating Trafficking in Persons
Feb-09
FAR
52.223-2
Affirmative Procurement of Biobased Products Under Service And Construction Contracts
Sep-13
FAR
52.223-3
Hazardous Material Identification and Material Safety Data
Jan-97
FAR
52.223-5
Pollution Prevention and Right-to-Know Information
May-11
FAR
52.223-5 Alt I
Pollution Prevention and Right-to-Know Information Alternate I
May-11
FAR
52.223-17
Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts
May-08
FAR
52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
Aug-11
FAR
52.227-1
Authorization and Consent
Dec-07
FAR
52.227-2
Notice and Assistance Regarding Patent and Copyright Infringement
Dec-07
FAR
52.227-3
Patent Indemnity
Apr-84
FAR
52.232-23
Assignment of Claims
May-14
FAR
52.232-33
Payment by Electronic Funds Transfer - System for Award Management
Jul-13
FAR
52.232-39
Unenforceability of Unauthorized Obligations
Jun-13
FAR
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Dec-13
FAR
52.233-1
Disputes
May-14
FAR
52.233-3
Protest After Award
Aug-96
FAR
52.233-4
Applicable Law for Breach of Contract Claim
Oct-04
FAR
52.237-2
Protection of Government Buildings, Equipment, and Vegetation
Apr-84
FAR
52.232-18
Availability Of Funds
Apr-84
FAR
52.242-13
Bankruptcy
Jul-95
FAR
52.247-5
Familiarization with Conditions
Apr-84
FAR
52.247-6
Financial Statement
Apr-84
FAR
52.247-7
Freight Excluded
Apr-84
FAR
52.247-12
Supervision, Labor, or Materials
Apr-84
FAR
52.247-17
Charges
Apr-84
FAR
52.247-27
Contract Not Affected by Oral Agreement
Apr-84
FAR
52.249-1
Termination for Convenience of the Government (Fixed-Price) (Short Form)
Apr-84
FAR
52.249-8
Default (Fixed-Price Supply and Service)
Apr-84
DFARS
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
Sep-11
DFARS
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
Sep-13
DFARS
252.204-7003
Agency Office of the Inspector General
Dec-12
DFARS
252.204-7012
Safeguarding of Unclassified Controlled Technical Information
Nov-13
DFARS
252.204-7015
Disclosure of Information to Litigation Support Contractors
Feb-14
DFARS
252.223-7006
Prohibition on Storage and Disposal of Toxic and Hazardous Materials
Apr-12
DFARS
252.225-7012
Preference for Certain Domestic Commodities
DFARS
252.225-7048
Export-Controlled Items
Jun-13
DFARS
252.232-7010
Levies on Contract Payments
Dec-06
DFARS
252.243-7001
Pricing of Contract Modifications
Dec-12
DFARS
252.244-7000
Subcontracts for Commercial Items
Jun-13
DFARS
252.247-7023
Transportation of Supplies by Sea
Apr-14
AFFARS
5352.223-9000
Elimination of Use of Class I Ozone Depleting Substances (ODS)
Nov-12
The following clauses will be incorporated by full text in the resulting contract.
FAR
52.252-2
Clauses Incorporated by Reference - web address http://farsite.hill.af.mil
Feb-98
FAR
52.204-19
Incorporation by Reference of Representations and Certifications
Dec-14
FAR
52.212-5
Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
Jul-14
FAR
52.252-6
Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)"
Apr-84
FAR
52.219-13
Notice of Set-Aside of Orders
Nov-11
FAR
52.217-8
Option to Extend Services, with blank filled in indicating "thirty (30) days."
Nov-9
FAR
52.217-9
Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days or earlier"; second blank indicating "sixty (60) days"; third blank indicating "five (5) years."
Mar-00
DFARS
252.223-7001
Hazard Warning Labels
Dec-91
DFARS
252.232-7006
Wide Area Workflow Payment Instructions (to be filled in at time of award)
May-13
DFARS
252.232-7007
Limitation of Government's Obligation- to be available for fill-in in the event incremental funding is required.
Apr-14
AFFARS
5352.201-9101
Ombudsman (to be filled in at time of award)
Apr-14
The following provisions apply to the solicitation only and must be printed and returned with the quote.
FAR
52.212-3
Offeror Representations and Certifications --Commercial Items
May-14
FAR
52.212-3 Alt I
Offeror Representations and Certifications --Commercial Items - Alternate I
May-14
FAR
52.219-1
Small Business Program Representations
Apr-12
FAR
52.219-1 Alt I
Small Business Program Representations - Alternate I
May-14
FAR
52.222-22
Previous Contracts and Compliance Reports
Feb-99
FAR
52.222-25
Affirmative Action Compliance
Apr-84
The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable.
FAR
52.212-2
Evaluation-Commercial Items
Oct-14
FAR
52.204-7
System for Award Management
Jul-13
FAR
52.209-2
Prohibition on Contracting with Inverted Domestic Corporations-Representation
May-11
FAR
52.212-1
Instructions to Offerors-Commercial Items
Apr-14
FAR
52.212-4
Contract Terms and Conditions-Commercial Items
May-14
FAR
52.223-4
Recovered Material Certification
May-08
DFARS
252.203-7005
Representation Relating to Compensation of Former DoD Officials
Nov-11
DFARS
252.204-7004
Alternate A, System for Award Management
Feb-14
Response Time: Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, Bldg 932, Moody AFB, GA 31699 no later than 1:00 P.M. Eastern Standard Time on Monday, 26 May 2016. Email quotations will be accepted and are encouraged; however, no facsimile quotations will be accepted. All email quotations shall be marked with the RFQ number and title, and sent to both the primary and alternate points of contact provided below.
The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition.
Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation:
1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 2. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231).
2. Technical: Specifications and supporting information must be submitted that clearly demonstrate that the vessel and on-board generator that the quoter intends to use to fulfill the resluting contract meet the requirements of the SOW. The specifications and supporting information submitted must include pictures of the vessel taken in the past year (from the date of the solictation being posted) and information that demonstrates ...
A.) The vessel has an aft or upper working deck with a minimum of 600 square feet of usable, open work space. (SOW 1.2.1.1)
B.) The on-board generator is capable of producing a minimum of 5000 watts of 110V AC electric power to be dedicated to power production for operation of a portable 160 ampere rated welder and other small hand-held electrical tools. (SOW 3.2)
C.) The sleeping arrangements are adequate for 10 personnel (1 person per bed). (SOW 1.2.1).
3. The contractor may submit past performance references. The contract may not submit more than 3 past performance references. References should be for maritime transportation services similar in scope to this requirement that has occurred in the last five years of the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance.
4. Completed attachements 4 (SF LLL, Disclosure of Lobbying Activities), and 5 (Financial Information).
Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Technical Factors.
Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year.
Technical: Technical will be evaluated on an Acceptable/Unacceptable basis. To be technically acceptable the quote must include specifications and supporting information that clearly demonstrates that the vessel and on-board generator that the quoter intends to use to fulfill the resluting contract meet the requirements of the SOW. The specifications and supporting information submitted must include pictures of the vessel taken in the past year (from the date of the solictation being posted) and information that demonstrates ...
A.) The vessel has an aft or upper working deck with a minimum of 600 square feet of usable, open work space. (SOW 1.2.1.1)
B.) The on-board generator is capable of producing a minimum of 5000 watts of 110V AC electric power to be dedicated to power production for operation of a portable 160 ampere rated welder and other small hand-held electrical tools. (SOW 3.2)
C.) The sleeping arrangements are adequate for 10 personnel (1 person per bed). (SOW 1.2.1).
Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, contractor submitted information, Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past performance will be rated as Acceptable or Unacceptable. If information on Past Performance is not available or so sparse that no meaningful past performance is shown, past performance will be unknown and as such rated Acceptable.
Questions and Answers: Should you have any questions about this requirement, please submit them no later than 4:00 PM EST 11 May 2016. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 17 May 2016.
Primary Point of Contact: SrA Cameron Etheridge, Email: [email protected], Phone: 229-257-4715
Alternate Point of Contact: SrA Lucas Richardson, Email: [email protected], Phone: 229-257-4716
ATTACHMENTS:
Attachment 1 - Statement of Work (SOW)
Attachment 2 - Pricing Schedule
Attachment 3 - DOL Wage Determination
Attachment 4 - SF LLL, Disclosure of Lobbying Activities, dated July 1997
Attachment 5 - Contractor Financial Information