This is a combined synopsis/solicitation for commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA875122Q0002 is issued as Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210929.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as total small business set aside under NAICS code 561790 and small business size standard average annual receipts of $8M.
The contractor on a Firm Fixed Price (FFP) basis shall be responsible for providing all labor, materials, and equipment necessary to remove snow, haul snow, and mitigate ice on road network, walks, parking areas, and around buildings as required, eliminating hazardous driving and walking conditions as defined in the Performance Work Statement (PWS) dated 23 June 2021, ULDF#: 22-0512 (Attachment No. 1) for the Stockbridge Research Facility, Air Force Research Laboratory Information Directorate (AFRL/RI).
The required period of performance is 04 November 2021 through 03 November 2022 plus four (4) option years. If all options are exercised, performance would conclude 03 November 2026.
Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Ashley.Ellinger@us.af.mil, with a copy to John.Haberer@us.af.mil.
The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, (Eastern Time) 19 OCTOBER 2021. Submit to by email to Ashley.Ellinger@us.af.mil. Offerors are encouraged to submit their quotes using the attached Bid Schedule..
PRICE PROPOSAL
Please provide a breakout of your price as demonstrated by the proposed CLIN Structure in Attachment No. 3, Bid Schedule.
If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information).
CONTRACT AWARD
The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer and waive informalities and minor irregularities in offers received.
A Site Visit is not currently scheduled at this time, should one be required please request to the Contract Specialist/Contracting Officer.
TERMS AND CONDITIONS
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) price
(ii) past performance
All evaluation factors when combined are of approximately equal importance.
Offerors are required to complete representations and certifications found in the provision at:
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items.
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation
For your convenience all referenced certifications are attached to this solicitation. Attachment No. 4
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires.
The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows:
(a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
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
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-50, Combating Trafficking in Persons
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
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.232-18, Availability of Funds
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Right
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 DoD Antiterrorism Awareness Training for Contractors
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7048 Export-Controlled Items
252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (DEVIATION 2020-O0006)
252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
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 Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea – Basic
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The
Ombudsman for this acquisition is Ms. Rosalind Harper (Primary) / Mr. Steven Ewers
(Alternate); 1864 4th Street WPAFB OH 45433; Phone: (937) 904-9700; FAX: (937)
656-7321; afrl.pk.workflow@us.af.mil.
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
All responsible organizations may submit a quote, which shall be considered.