The RFP Database
New business relationships start here

Pest Eradication


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

Combined Synopsis/Solicitation
Pest Eradication for Bldg. 28-590

(i) 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;
submissions are being requested and a written solicitation will not be issued.


(ii) Solicitation no. FA5000-19-CS-X010 is issued as a request for quotation (RFQ).


(iii) This solicitation document and its incorporated FAR provisions and clauses are those in effect through Federal Acquisition
Circular 2019-01, effective 20 December 2018. All incorporated DFARS provisions and clauses are those in effect through DPN
20190215, effective 15 Feb 2018. All incorporated AFFARS provisions and clauses are those in effect through AFAC 2018-
0525, effective 25 May 2018.


(iv) This requirement is solicited as 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code: 561710 - Pest control services with a small business size standard of $11M.
(v) The following table represents the proposed Line items, quantities, and unit of measure,


Description    Quantity    Unit of Measure
CLIN 0001    Securing Material    1    Project
CLIN 0002    Damage Repair (Sheetrock)    1    Project
CLIN 0003    Insulation removal/replacement    1    Project
CLIN 0004    Decontamination    1    Project
CLIN 0005    Ridge cap exclusion    1    Project


(vi) This requirement is for the procurement of pest eradication for building 28-590 on Joint Base Elmendorf-Richardson, Alaska. This service provides repair (on-site) for the building listed IAW Attachment 1 - Statement of Work (SOW).


(vii) All items shall be delivered FOB destination and the delivery date will be 30 days ARO.


(viii) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) is hereby incorporated by reference with the same force and effect as if it were given in full text. The following items have been tailored to this procurement and are included via addendum:


A. To assure timely and equitable evaluation of quotes, Quoter's must follow the instructions contained herein. Quoter's are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Quoter's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three separate parts; Part I - Summary and Miscellaneous Data, Part II - Technical Capability, Part III - Price Proposal.


B. Specific Instructions:


1. PART I - SUMMARY AND MISCELLANEOUS DATA. Submit original.


(a) The quoter shall provide a concise summary and master table of contents of the entire proposal.


(b) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the quoter is required to submit the pages that require a quoter fill-in.


(c) Submit an acknowledgment of all solicitation amendments, if issued.


(d) If no Exceptions, Deviations, or Waivers are proposed, submit an Affirmation of No Exceptions, Deviations, or Waivers.


2. PART II - TECHNICAL CAPABILITY - Submit Original


The Quoter's Technical Capability will be evaluated to determine Technical Acceptability. Acceptability will be based on the Quoter's ability to work on Building 28-590 IAW Attachment 1 - SOW.


3. PART III - PRICE PROPOSAL - Submit original.


(a) This Part shall contain a completed Schedule of Supplies/Services.


(b) Insert proposed unit price(s) and extended amount(s) in the Attachment 2 - Pricing Schedule for each Contract Line Item
Number (CLIN) The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct. The unit prices and extended amounts are limited to two decimal places.


(c) Extreme care should be exercised to ensure that no price data of any kind are included in any other Part of the proposal.


C. Documents submitted in response to this RFQ must be consistent with the following:


1. Requirements of the solicitation (CLINs and SOW) and government standards and regulations pertaining to the SOW.


2. FAR 52.212-2, Evaluation - Commercial Items, of this solicitation.
(End of Provision Addendum)



(ix) FAR 52.212-2, Evaluation-Commercial Items (Oct 2018) is hereby incorporated by reference with the same force and effect as if it were given in full text. The following items have been tailored to this procurement and are included via addendum:


(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate the quote:
(1) Technical Capability
(2) Price
(b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


The following items have been tailored to this procurement and are included via addendum:


(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria:
Minimum Qualifications: The evaluation process will include the following:


(1) Technical Factor: The Government will evaluate the technical quote for acceptability based on the requirements in the SOW. The evaluation will verify the credentials of the Quoter and shall clearly illustrate that all services will be performed by professionally trained, technically qualified personnel.


(2) Price Evaluation Factor. The Quoter's separately priced line items or subline items shall be analyzed to determine if the prices are unbalanced in accordance with FAR 15.404-1(g). The government reserves the right to perform price realism analysis. If the Government elects to perform a price realism analysis, the Government reserves discretion over the method within which it performs its price realism analysis. If the Government elects to perform a price realism analysis and finds a proposal unrealistic, the Government may withhold award to that Quoter.


(d) Quoters are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Offerors -
Commercial Items, of this solicitation. Quoters may be asked to clarify certain aspects of their proposals. Exchanges conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. The Government intends to award a contract without discussions with respective
Quoters, however, will reserve the right to conduct them if deemed in its best interest.


(e) Award will be made once price fair and reasonable has been determined.


(End of Provision Addendum)


(x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) is hereby incorporated by reference with the same force and effect as if it were given in full text.


The Quoters shall complete only paragraph (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Quoter has not completed the annual representations and certifications electronically, the Quoter shall complete only paragraphs (c) through (u) of this provision.


(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) is hereby incorporated by reference with the same force and effect as if it were given in full text.


(xii) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Jan 2019) is hereby incorporated by reference with the same force and effect as if it were given in full text.


(xiii) Other provisions and clauses incorporated by reference:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sept 2016)
52.222-35, Equal Opportunity for Veterans (Oct 2015)
52.222-36, Equal Opportunity for Workers With Disabilities (July 2014)
52.222-37, Employment Reports on Veterans (Feb 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50, Combating Trafficking in Persons (Jan 2019)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7003, Agency Office of the Inspector General (Dec 2012)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (Oct 2016)
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
252.211-7003, Item Unique Identification and Valuation (Mar 2016)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
252.243-7002, Requests for Equitable Adjustment (Dec 2018)
252.244-7000, Subcontracts for Commercial Items (Jun 2013)
5352.201-9101, Ombudsman (Jun 2016)
5352.242-9000, Contractor Access to Air Force Installations (Nov 2012)


252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (Dec 2018)


(a) Definitions. As used in this clause-


"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.


"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).


"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.


"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.


(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.


(c) WAWF access. To access WAWF, the Contractor shall-


(1)    Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and


(2)    Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.


(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/


(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.


(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:


(1)    Document type. The Contractor shall submit payment requests using the following document type(s):


(i)    For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.


(ii)    For fixed price line items-


(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.


(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.


The Contractor shall use the following document type(s). 2-in-1 Services


(iii)    For customary progress payments based on costs incurred, submit a progress payment request.


(iv)    For performance based payments, submit a performance based payment request.


(v)    For commercial item financing, submit a commercial item financing request.


(2)    Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.


(3)    Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


 


Routing Data Table*


--------------------------------------------------------------------------------------------
Field Name in WAWF             Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC             F87700
Issue By DoDAAC                 FA5000
Admin DoDAAC                 FA5000
Inspect By DoDAAC                 F1WTC3
Service Approver (DoDAAC)         F1WTC3
Service Acceptor (DoDAAC)         F1WTC3
--------------------------------------------------------------------------------------------


(4)    Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.


(5)    Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.


(g) WAWF point of contact.


(1)    The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. donald.dougherty.1@us.af.mil


(2)    Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.


(End of clause)


(xv) This RFQ closes at 11:00 AM Alaska Daylight Time on 15 May 2019. All quotes for this solicitation shall be submitted via email to alyanna_mae.parsons@us.af.mil, donald.dougherty.1@us.af.mil.

Please direct any inquiries regarding this solicitation to alyanna_mae.parsons@us.af.mil and donald.dougherty.1@us.af.mil by 11:00 AM Alaska Daylight Time on 15 May 2019.


Alyanna Mae B. Parsons, Phone 907-552-8203, Email alyanna_mae.parsons@us.af.mil - Donald W. Dougherty, Contracting Officer, Phone 907-552-2126, Email donald.dougherty.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP