The RFP Database
New business relationships start here

Cemetery Grounds Maintenance


Georgia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SOLICITATION F3Q2AD7268A101 is issued as a request for quotation (RFQ)

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 written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3Q2AD7268A101. This solicitation will be solicited under HUBZone Set-Aside.


SMALL BUSINESS SIZE STANDARD
NAICS: 561730
Dollars: $7.5


REQUIREMENT: Grounds Maintainance for King and Feagin Cemeteries on Robins Air Force Base, Georgia. Base Year and Four Option Years.


CLIN 0001 - Maintain King Cemetery
Quantity = 11 Months
Period of Performance: 1 November 2017 - 30 September 2018


CLIN 0002 - Maintain Feagin Cemetery
Quantity = 11 Months
Period of Performance: 1 November 2017 - 30 September 2018


CLIN 1001 - Option 1, Maintain King Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2018 - 30 September 2019


CLIN 1002 - Option 1, Maintain Feagin Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2018 - 30 September 2019


CLIN 2001 - Option 2, Maintain King Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2019 - 30 September 2020


CLIN 2002 - Option 2, Maintain Feagin Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2019 - 30 September 2020


CLIN 3001 - Option 3, Maintain King Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2020 - 30 September 2021


CLIN 3002 - Option 3, Maintain Feagin Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2020 - 30 September 2021


CLIN 4001 - Option 4, Maintain King Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2021 - 30 September 2022


CLIN 4002 - Option 4, Maintain Feagin Cemetery
Quantity = 12 Months
Period of Performance: 1 October 2021 - 30 September 2022


A Pre-proposal Site Visit will be held on Friday, 20 October 2017 @ 09:00 am EST. If interested in attending, please contact MSgt Tracie Sowels at tracie.sowels@us.af.mil and Capt Nick Murray at nick.murray.1@us.af.mil by Thursday, 19 October 2017 at 10:00 am EST. Please provide full name, contact information, and if members currently have access to Robins AFB GA.


The below table should be used to provide a quotation. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number.



CLIN QUANTITY UNIT OF ISSUE UNIT COST TOTAL COST
0001 - Maintain King Cemetery 11 Months
0002 - Maintain Feagin Cemetery 11 Months
1001 - Option 1, Maintain King Cemetery 12 Months
1002 - Option 1, Maintain Feagin Cemetery 12 Months
2001 - Option 2, Maintain King Cemetery 12 Months
2002 - Option 2, Maintain Feagin Cemetery 12 Months
3001 - Option 3, Maintain King Cemetery 12 Months
3002 - Option 3, Maintain Feagin Cemetery 12 Months
4001 - Option 4, Maintain King Cemetery 12 Months
4002 - Option 4, Maintain Feagin Cemetery 12 Months



Quotations should be emailed to MSgt Tracie Sowels (tracie.sowels@us.af.mil) no later than Thursday, 26 October 2017, 3:00 pm EST. The anticipated award date is 1 November 2017. Please do not request award status prior to this date.


The following clauses are applicable to subject solicitation (current through 2005-95 dated 19 Jan 17 and
DFARS Change Notice 20161222):


- FAR 52.204-7 System for Award management
- FAR 52.204-13 System for Award Management Maintenance
-FAR 52.204-19 - Incorporation by Reference of Representations and Certifications
-FAR 52.212-1 Instructions to Offerors
- FAR 52.212-2 Evaluation-Commercial Items: Fill -in: Price
- FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2015)
-FAR 52.212-4 Contract Terms and Conditions - Commercial Items
- FAR 52.217-9 Option to Extend the Term of the Contract
-FAR 52.232-18 Availability of Funds
- FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
- FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors
- FAR 52.233-3 -- Protest After Award
-FAR 52.247-34 FOB Destination
- FAR 52.252-2 Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil
- DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
- DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
- DFARS 252.204-7004 Alternate A, System for Award Management.
- DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
-DFARS 252-204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
- DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony
Conviction under any Federal Law-Fiscal Year 2015 Appropriations
- DFARS 252.225-7001 Buy American Act and Balance of Payments Program
- DFARS 252.225-7048 Export-Controlled Items
- DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used
by DoD for processing invoices/receiving reports.)
- DFARS 252.232-7006 Wide Area Workflow Payment Instructions
- DFARS 252.232-7010 Levies on Contract Payments


- FAR 52.252-1 Solicitation Provisions Incorporated by Reference


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): www.farsite.hill.af.mil


- FAR 52.252-2 -- Clauses Incorporated by Reference


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): www.farsite.hill.af.mil



- FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation
(48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date
of the regulation


(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses
Incorporated by Reference: fill-in: www.farsite.hill.af.mil



- AFFARS 5352.201-9101 Ombudsman 1st fill in: Ms. Kimberly McDonald, AFSC/PZC Division Chief Email: kimberly.mcdonald@us.af.mil Phone: (478) 222-1088 Fax: (478) 926-0088 Address: 295 Byron St, Robins
AFB, GA 31098-1611


- FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)


(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, 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 clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. 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 (Oct 2015) (41 U.S.C. 3509).


(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.


(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).


(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


(x) 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.


(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).


(xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (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 E.O. 13627).


(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)


(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)


(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).


(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).


(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).


(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations.


(End of Clause


 


Tracie L. Sowels, Phone 4789269503, Email tracie.sowels@us.af.mil - Nick Murray, Phone 4789262471, Email nick.murray.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP