The RFP Database
New business relationships start here

EnvIrormental Stormwater Sampling Services


Georgia, 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 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. 

 

The solicitation number for this procurement is FA6703-17-Q-0006 and is a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR 13.5, Simplified Procedures for Certain Commercial Items. 

 

This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20161222, and Air Force Acquisition Circular (AFAC) 2017-0127.

 

Under this requirement  the Contractor shall provide all labor, materials, equipment, transportation, and tools necessary to provide monthly, seasonal and on-call environmental sampling and analytical services for Dobbins Air Reserve Base (Dobbins ARB), Georgia, as coordinated and designated through the Environmental Flight of the Mission Support Group, Base Civil Engineering Squadron (94MSG/CEV).  Analytical services and collection methods shall be performed in accordance with applicable local, state, and Federal regulations.  Services shall include, but are not limited to: sample collection, sample preservation, field sample collection records, and sample transportation, chains-of custody, laboratory analyses, analysis reports, Quality Control reports, and consultation.

This is a 100% Small Business (SB) Set-Aside with a Small Business Size Standard of $15,000,000.  The North American Industry Classification System (NAICS) is 541380 (Testing Laboratories).

 

Award will be made in accordance with FAR 13.106-2.  The government will award a basic year plus four option periods resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation is most advantageous to the Government.

 

Contract Type: The Government will award one Firm Fixed Price (FFP) contract from this solicitation.

 

Period of Performance:

Basic Period:        1 June 2017 - 31 May 2018

Option Period 1:  1 June 2018 - 31 May 2019

Option Period 2:  1 June 2019 - 31 May 2020

Option Period 3:  1 June 2020 - 31 May 2021

Option Period 4:  1 June  2021- 31 May 2022

 

The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items.

 

Location:

Services shall be performed on Dobbins Air Reserve Base, Marietta, GA 30069

 

It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses.  All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffara.htm


 


DFARS 252.232-7006 Wide Area Workflow Payment Instructions


 


(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.


   


(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by 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 Central Contractor Registration at https://www.acquisition.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 must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:


   


(1) Document type. The Contractor shall use the following document type(s).


 


2 in 1


  


(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.


 


Dobbins ARB, GA


                       


(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                              FA6703


Admin DoDAAC                                 FA6703


Inspect By DoDAAC                          ____


Ship To Code                                       F5B323


Ship From Code                                   ____


Mark For Code                                    ____


Service Approver (DoDAAC)            ____


Service Acceptor (DoDAAC)             F5B323


Accept at Other DoDAAC                 ____


LPO DoDAAC                                      ____


DCAA Auditor DoDAAC                   ____


Other DoDAAC(s)                               ____


--------------------------------------------------------------------------------------------


 


(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


   


(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.


 


warren.deeds@us.af.mil


 


(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.


 


David.Ball.1@us.af.mil


 


(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.


 


(End of clause)

 

[Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on Sep 25, 2013, and remains in effect for five years, or until otherwise rescinded.

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)

 

The following Provisions and Clauses apply to this solicitation and are incorporated by reference:

 

FAR 52.204-7                      System for Award Management

FAR 52.204-19                  Incorporation by Reference of Representations and Certifications

FAR 52.212-1                      Instructions to Offerors - Commercial Items

FAR 52.212-3                      Offeror Representations and Certifications - Commercial items

FAR 52.212-4                      Contract Terms and Conditions - Commercial Items

FAR 52.217-5                      Evaluation of Options

FAR 52.219-1                      Small Business Program Representations

FAR 52.222-99 (Dev)         Establishing a Minimum Wage for Contractors (Deviation 2014-O0017)

FAR 52.223-3                      Hazardous Material Identification And Material Safety Data

FAR 52.225-25                    Prohibition on Contracting with Entities Engaging in Certain

Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-18                    Availability of Funds

FAR 52.247-34                    F.O.B. Destination

DFARS 252.201-7000        Contracting Officer's Representative

DFARS 252.223-7001        Hazard Warning Labels

DFARS 252.225-7001        Buy American Act and Balance of Payments Program

DFARS 252.225-7002        Qualifying Country Sources as Subcontractors

DFARS 252.232-7003        Electronic Submission of Payment Requests

DFARS 252.232-7010        Levies on Contract Payments

DFARS 252.243-7001        Pricing of Contract Modifications

AFFARS 5352.223-9001   Health and Safety on Government Installations

AFFARS 5352.237-9001   Requirements Affecting Contractor Personnel Performing Mission Essential Services

 

Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017)


The following addendum is provided to this provision:


(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 541380; $15M.


1.  Replace paragraph (b) entitled "Submission of offers" with the following instructions:

(b) Submission of offers. Insert proposed unit and extended prices for each Contract Line Item Number (CLIN) in the Pricing Schedule at Attachment 3.  The extended amount must equal the whole dollar unit price multiplied by the number of units.  The quote(s) must be submitted for a base year plus four (4) 1-yr Option Years.

 

•i.      Quote Instructions.  Failure to provide all required documents or information may exclude the responder from further consideration. 

 

•ii.    This is an electronic solicitation release.  No hard copies will be mailed.  Amendments to the solicitation will be posted to the FedBizOpps at www.fedbizopps.gov .  It is the responsibility of each Offeror to review the webpage for notice of amendments, updates, or changes to current information. 


 

•iii.  Questions should be electronically sent to W. Derrick Deeds at email warren.deeds@us.af.mil  and Kenneth Jacob at email: kenneth.jacob.1@us.af.mil no later than 12:00 p.m., 27 Apr 2017

 

•iv.  Offers should be electronically mailed to W. Derrick Deeds at email warren.deeds@us.af.mil  and Kenneth Jacob at email: kenneth.jacob.1@us.af.mil no later than 14:00 p.m., 11 May 2017.

 

2.  General Instructions. These instructions are designed to provide general guidance for preparing quotes as well as providing specific instructions on quote organization, format, and content.  Offerors should include all documents and information requested and should be submitted in accordance with the instructions. The Offeror is cautioned to follow the instructions carefully, as the Government reserves the right to make an award based on initial quotes received without discussion.  However, the government reserves the right to conduct clarifications if the Contracting Officer later determines them to be necessary.

 

(a)   If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the offeror shall immediately notify the PCO in writing with supporting rationale. 

 

(b) The quote must be presented in a manner that clearly addresses the requirements, as set forth in the SOW.  Quotes that are overly verbose or include marketing material may distract from the evaluators' ability to ascertain compliance with the solicitation.  

 

3.  Quote Preparation Instructions.  The overall quote shall consist of one volume.

               

Quote Format.  All pages of each Offer must be appropriately numbered and identified with Solicitation Number: FA6703-17-Q-0002 in the header of each page. 

 

                Electronic Copies.

 

Sound or video (e.g. MPEG) files shall not be embedded into the quote files.

 

4.  Quote Content. 

 

•(a)     Failure to follow the below Contract Quote preparation instructions may cause the Offerors quote to be deemed unacceptable by the Government. It shall be organized as follows and contain the identified information.   The submission content is as follows and must be submitted and arranged in the sequential order listed below:

 

i. Amendments - The contractor shall acknowledge all amendments to the RFQ in accordance with the instructions in this solicitation and with FAR 52.212-1, Instruction to Offerors.

 

ii. Contact Information - The offeror should include a contact list (with phone numbers, fax numbers, mailing addresses, e-mail addresses) of all key personnel to include personnel authorized to negotiate on behalf of their company.

 

iii. Representation, and Certifications-Commercial Items - The offeror shall comply with FAR 52-212-3.

 

 

( b) Price Quote. Offeror's quotes should include pricing on all CLINs identified in the Pricing Schedule at Attachment 3.

 

Pricing Schedule - The pricing schedule shall be submitted fully completed and error free.  It shall contain the offeror's prices for the established Contract Line Item Numbers (CLINS) 0001 through 0002 and all subsequent option CLINS.  Subtotal prices for each year and the total contract price shall also be provided at the end of the fourth CLIN.

 

Note: Offerors must provide the information requested above for the base year, and all subsequent option periods. The proposed prices will be utilized throughout the life of the contract to include all option periods. 

 

6.  Replace paragraph (c) entitled "Period of acceptance of offers" with the following instruction:

 

(c)  Period of acceptance of offers.  The offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers.   

 

7.  Replace paragraph (e) entitled "Multiple offers" with the following instructions:

 

(e)  Multiple offers.  Offeror shall submit only one offer presenting the terms and conditions or commercial items for satisfying the requirements of this solicitation.

 

8.  Replace paragraph (h) entitled "Multiple Awards" with the following:

 

(h)  Multiple awards.  The Government will award on an "all or none" basis.

 

•(c)                 Technical Capability:

•a.       Contractor shall submit (reference submittal section 2.5.1. of attachment 1) copies of current qualifications and/or certifications for the employee(s) to be designated to take the samples on Dobbins ARB.

 

•b.       Contractor shall submit (reference submittal section 2.5.2. of attachment 1) copies of current laboratory certification, accreditation and license.


 

•c.        Contractor shall submit their Equipment List (reference section 2.5.4 of attachment 1) to be used to conduct the sampling activities with bid proposal for Government review.

(End of Addendum)

 

FAR 52.212-2     EVALUATION--COMMERCIAL ITEMS (OCT 2014

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 

Lowest priced Technically Acceptable

 

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

(End of provision)

 

ADDENDUM FAR 52.212-2,  Evaluation - Commercial Item (Oct 2014)

The following addendum is provided to this provision:

 

•(a)     The Government will use FAR 13, Simplified Acquisition Procedures to evaluate offerors submitted in response to the solicitation.  A quote is unawardable at any price if, after evaluations, the Technical Capability receives a rating of "Unacceptable".  Award will be made to the responsible offeror whose quote conforms to the requirements of the solicitation, conforms to all required terms and conditions, includes all required representations and certification and meets all requirements set forth in the solicitation, and receives a rating of "Acceptable" on Technical Capability and with the lowest Total Evaluated Price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. 

•(b)      

Price - The offeror's price will be evaluated for reasonableness and balance.  See paragraphs (a) and (b) below.  The Total Evaluated Price (TEP) will be calculated in accordance with paragraph (c) below.

 

                a.   Reasonableness:  The existence of adequate price competition is expected to support a determination of reasonableness.  Price analysis techniques may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 13.106-3 (a) or 15.4 may be required to support the proposed price.

 

                b. Offerors are cautioned against submitting an offer that contains unbalanced pricing.  Unbalance pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of quote analysis techniques.  The Government shall analyze offers to determine whether there are unbalanced separately priced line items.

 

                c. Total Evaluated Price:  An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each.  The Total Evaluated Price (TEP) will be derived by multiplying the estimated quantity times the unit price for the sum of all the Contract Line Item Numbers in the Pricing Schedule. 

 

 Technical Capability. Technical Capability will be evaluated based on an acceptable or unacceptable basis based on the following:

 

•a.       The Contractor's Technical Submission will be evaluated for Technical Capability to ensure compliance with Statement of Work sections 2.5.1 and 2.5.2.

 

•b.       Equipment List (reference section 2.5.4. of attachment 1). Equipment list will be evaluated for inclusion only.  Failure to provide equipment list will render quote unacceptable.

 

                Technical acceptability Ratings:     





Rating



Description





Acceptable



Quote clearly meets the minimum requirements of the solicitation





Unacceptable



Quote does not clearly meet the minimum requirements of the solicitation





 

               

 

(End of Addendum to FAR 52.212-2)


FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)


(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 60 months.


(End of Clause)

FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. (May 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:
It is not a Wage Determination






Employee Class




Category




Monetary Wage





30090




Environmental Technician




$24.13






(End of Clause)

 

AFFARS 5352.201-9101 Ombudsman (Apr 2014)

 

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

 

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).


 


(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Alaric Jorgensen, HQ AFRC/DSD, 255 Richard Ray Blvd, Robins AFB, GA 31098-1637, phone number (478)327-2440, e-mail address is alaric.jorgensen@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.


 


(d) The ombudsman has no authority to render a decision that binds the agency.


(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


(End of Clause)

 

5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)

 

(a)  In performing work under this contract on a Government installation, the contractor shall:

 

(1)  Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and

 

(2)  Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.

 

(b)  The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.

 

(c)  Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.

 

 

(End of clause)


AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)


(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.


(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and DARB 5 to obtain a vehicle pass.


(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.


(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management.


(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.


(f) Failure to comply with these requirements may result in withholding of final payment.


(End of Clause)

List of Attachments





Attachment



Item Description



Page Numbers



Date





Attachment 1



PWS



10



17 Apr 2017





Attachment 2



Wage Determination



10



30 Dec 2016





Attachment 3



Pricing Schedule



3



17 Apr 2017






Warren Derrick Deeds, Contract Specialist, Phone 6786555276, Email warren.deeds@us.af.mil - Kenneth J. Jacob, Contract Specialist, Phone 6786555745, Fax 6786555612, Email kenneth.jacob.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP