The RFP Database
New business relationships start here

Control Tower Windows


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

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-16-Q-0008 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 2016 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20160811 dated 11 Aug 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 561720 with a small business size standard of $18M. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

*** BASE YEAR 1 OCTOBER 2016 THROUGH 30 SEPTEMBER 2017***
CLIN 0001 - PROVIDE MONTHLY CLEANING OF THE INTERIOR AND EXTERIOR TOWER CAB WINDOWS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 12 Months
QUOTE: $ _________________ PER MONTH CLIN 0001 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


CLIN 0002 - PROVIDE ANNUAL CLEANING OF THE TOWER CAB BEVELED EXTERIOR IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 1
QUOTE: $ _________________ EACH CLIN 0002 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


*** OPTION YEAR 1: 1 OCTOBER 2017 THROUGH 30 SEPTEMBER 2018 ***
CLIN 1001 - PROVIDE MONTHLY CLEANING OF THE INTERIOR AND EXTERIOR TOWER CAB WINDOWS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 12 Months
QUOTE: $ _________________ PER MONTH CLIN 1001 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


CLIN 1002 - PROVIDE ANNUAL CLEANING OF THE TOWER CAB BEVELED EXTERIOR IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 1
QUOTE: $ _________________ EACH CLIN 1002 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


 


 


*** OPTION YEAR 2: 1 OCTOBER 2018 THROUGH 30 SEPTEMBER 2019 ***
CLIN 2001 - PROVIDE MONTHLY CLEANING OF THE INTERIOR AND EXTERIOR TOWER CAB WINDOWS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 12 Months
QUOTE: $ _________________ PER MONTH CLIN 2001 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


CLIN 2002 - PROVIDE ANNUAL CLEANING OF THE TOWER CAB BEVELED EXTERIOR IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 1
QUOTE: $ _________________ EACH CLIN 2002 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


*** OPTION YEAR 3: 1 OCTOBER 2019 THROUGH 30 SEPTEMBER 2020 ***
CLIN 3001 - PROVIDE MONTHLY CLEANING OF THE INTERIOR AND EXTERIOR TOWER CAB WINDOWS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 12 Months
QUOTE: $ _________________ PER MONTH CLIN 3001 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


CLIN 3002 - PROVIDE ANNUAL CLEANING OF THE TOWER CAB BEVELED EXTERIOR IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 1
QUOTE: $ _________________ EACH CLIN 3002 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


*** OPTION YEAR 4: 1 OCTOBER 2020 THROUGH 30 SEPTEMBER 2021 ***
CLIN 4001 - PROVIDE MONTHLY CLEANING OF THE INTERIOR AND EXTERIOR TOWER CAB WINDOWS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 12 Months
QUOTE: $ _________________ PER MONTH CLIN 4001 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ


CLIN 4002 - PROVIDE ANNUAL CLEANING OF THE TOWER CAB BEVELED EXTERIOR IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT (Attached as an external document)
QTY: 1
QUOTE: $ _________________ EACH CLIN 4002 TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL McGuire Annex Building 1605 and Lakehurst Annex building 552, NJ



APPLICABLE CLAUSES/PROVISIONS:
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership of Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.212-1, Instructions to Offerors, Commercial Items
ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS


Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers."


THIS SOLICITATION IS BEING ISSUED ELECTRONICALLY. ALL QUOTES ARE DUE 9 SEP 16 11:00 AM EDT. ALL RESPONSES SHALL BE SUBMITTED IN ONE OF THE FOLLOWING METHODS: AS EMAIL TO levi-ingram.2@mcguire.af.mil and christine.lehtinen@us.af.mil OR VIA FAX TO (609)754-4642. IF THIS IS NOT POSSIBLE, HAND CARRIED OR MAILED RESPONSES WILL BE ACCEPTABLE. LATE QUOTES WILL NOT BE CONSIDERED.


ADDENDUM TO 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS


A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Quotes, and Part II - Past Performance.


B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.


C. Specific Instructions:


1. PART I - REQUEST FOR QUOTE - Submit one


(a) Complete line items contained within the Combination Synopsis/Solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the REQUEST FOR QUOTE, with attachments.


(b) Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a base year plus four (4) Option Years.


(c) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items, shall be returned along with the proposal.


2. PART II - PAST PERFORMANCE: Only references from contracts whose performance is relevant to this solicitation are desired.


Relevant past performance is defined as performing control tower window cleaning. Recent past performance is defined as performing control tower window cleaning within the last five years.


Submit past performance questionnaires and/or information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for a relevant type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc.


Note: Past performance questionnaires must be submitted by the rater. Questionnaires will NOT be accepted when submitted by the offeror.


Documents submitted in response to this solicitation must be fully responsive to and consistent with the following:


a. Requirements of the solicitation (contract line items and performance work statement (PWS)) and government standards and regulations pertaining to the PWS.


b. Evaluation Factors for Award (Addendum to 52.212-2)



General Information


INFORMATION REGARDING SUBMISSION OF PROPOSAL: Proposals may be submitted electronically to levi.ingram.2@us.af.mil; mailed to 87 Contracting Squadron, ATTN: SrA Levi Ingram, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641-5104or hand carried. Hand carried proposals must be delivered to Bldg. 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ during the hours of 8:00 am through 4:00 pm Monday through Friday (excluding holidays). The sealed envelope or package used to submit your quote must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror.


Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at Bldg. 2402 PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers."


FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:
New Year's Day 1 January
Martin Luther King's Birthday Third Monday in January
Presidents Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December


FAR 52.212-2, Evaluation-Commercial Items
ADDENDUM TO 52.212-2 - Evaluation - Commercial Items


BASIS FOR CONTRACT AWARD: This is a competitive requirement which will result in a best value award decision where competing offerors' past performance history will be evaluated on a basis of past performance being more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


Price Evaluation. The government shall rank all offers by price, including any option prices. An offeror's proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1), or unaffordable (not within any budgetary information included in the solicitation) may not be considered for award.


Past Performance /Performance Confidence Assessment. The contracting officer shall seek recent and relevant performance information on all offerors based on (1) questionnaires; (2) the past efforts provided by the offeror and (3) data independently obtained from other government i.e. Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers and Fee Determining Officials, the Defense Contract Management Agency (DCMA), and commercial sources and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance confidence assessment.
The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will NOT be rated as highly as past performance information for the principal offeror. Offerors with no recent/relevant performance history or if the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably.


b. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ.


c. If the lowest priced offer is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.


d. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision.


e. Offerors are cautioned to submit sufficient information and in the format specified. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system.


FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications with their quote)
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.217-5, Evaluation of Options
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
FAR 52.232-18, Availability of Funds
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor
FAR 52.237-1, Site Visit
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.228-5, Insurance - Work on a Government Installation
Addendum to 52.228-5 entitled "Insurance Work on a Government Installation:
The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.


General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence.


Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required.


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
AFFARS 5352.201-9101, Ombudsman.


The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontrat Awards
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
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
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)
52.222-55 Minimum Wages Under Executive Order 13658


ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months.


This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.



ATTACHMENTS:
1. Performance Work Statement
2. Past Performance Cover Memo and Questionnaire
3. Department of Labor Wage Determination 2005-2449 Revision 17
4. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix
5. Anti-Terrorism Statement


Levi Ingram, Phone 6097540687, Email levi.ingram.2@us.af.mil - Tyler J. Ingalls, Contract Specialist, Phone (609) 754-0687, Email tyler.ingalls@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP