The RFP Database
New business relationships start here

Sunshade Inspections


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

(1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued.

(2) This solicitation/synopsis reference number is W912L2-19-Q-6012 and is being issued as a Request for Quote (RFQ).

(3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Dated 20 Dec 2018.

(4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 332311 with a 750 Employee size standard.

(5) Any offeror/individual desiring to be considered for contract award must submit a lump sum quote based on the below CLIN along with an in depth breakdown of costs. A breakdown of costs is mandatory.
 








CLIN




Description




Unit




Qty.




Unit Price




Extended


Price






0001



Sunshade Inspections -
Morris Air National Guard Base
IAW attached PWS
FFP
FOB: Destination




Each




68




$




$






0002



Sunshade Inspections -
Alert DET, Davis Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




3




$




$






0003



Sunshade Inspections -
Snowbird, Davis Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




16




$




$






0004



CMRA Reporting -
IAW attached PWS
FFP
FOB: Destination




Each




2




$




$






 




 




Subtotal




$






1001


Option



Sunshade Inspections -
Morris Air National Guard Base
IAW attached PWS
FFP
FOB: Destination




Each




68




$




$






1002


Option



Sunshade Inspections -
Alert DET, Davis Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




3




$




$






1003


Option



Sunshade Inspections -
Snowbird, Davis Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




16




$




$






1004


Option



CMRA Reporting -
IAW attached PWS
FFP
FOB: Destination




Each




2




$




$






 




 




Subtotal




$






CLIN





Description




Unit




Qty.




Unit Price




Extended


Price






2001


Option



Sunshade Inspections -
Morris Air National Guard Base
IAW attached PWS
FFP
FOB: Destination




Each




68




$




$






2002


Option



Sunshade Inspections -
Alert DET Davis, Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




3




$




$






2003


Option



Sunshade Inspections -
Snowbird, Davis Monthan AFB
IAW attached PWS
FFP
FOB: Destination




Each




16




$




$






2004


Option



CMRA Reporting -
IAW attached PWS
FFP
FOB: Destination




Each




2




$




$






 




 




Subtotal




$







 (6) Delivery Terms -


Base CLINs 0001, 0002, 0003, 0004 -
Anticipated POP 15 May 2019 - 14 May 2020
Work to be completed within 30 Days after Receipt of Order.


OPTION CLINs 1001, 1002, 1003, 1004 (If exercised)
Anticipated POP 15 May 2020 - 14 May 2021
Work to be completed within 30 Days after exercise of option.


OPTION CLINs 2001, 2002, 2003, 2004 (If exercised)
Anticipated POP 15 May 2021 - 14 May 2022
Work to be completed within 30 Days after exercise of option.


Performance Locations:
CLIN 0001, 1001, 2001 - 6620 S Air Guard Way Tucson, AZ 85706
CLIN 0002, 0003, 1002, 1003, 2002, 2003 - 5145 S Herky Blvd. Tucson, AZ 85707
CLIN 0004, 1004, 2004 - https://ecmra.mil/


(7) The following clauses and provisions are incorporated and will remain in full force in any resultant award:


FAR 52.202-1 - Definitions
FAR 52.204-7 - System for Award Management
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 - System for Award Management Maintenance
FAR 52.204-16 - Commercial and Government Entity Code Reporting
FAR 52.204-18 - Commercial and Government Entity Code Maintenance
FAR 52.204-19 - Incorporation by Reference of Representations and Certifications
FAR 52.204-22 - Alternative Line Item Proposal
FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.212-1 - Instructions to Offerors
FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 - Terms and Condition - Commercial
FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019)
FAR 52.217-5 - Evaluation of Options
FAR 52.219-6 - Notice of Total Small Business Aside
FAR 52.219-28 - Post-Award Small Business Program Representation
FAR 52.222-3 - Convict Labor
FAR 52.222-21 - Prohibition of Segregated Facilities
FAR 52.222-26 - Equal Opportunity
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities
FAR 52.222-41 - Service Contract Labor Standards
FAR 52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts)
FAR 52.222-50 - Combating Trafficking in Persons
FAR 52.222-55 - Minimum Wages Under Executive Order 13658
FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706
FAR 52.223-5 - Pollution Prevention and Right-to-Know Information
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 - Restrictions on Certain Foreign Purchases
FAR 52.232-18 - Availability of Funds
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management
FAR 52.232-39 - Unenforceability of Unauthorized Obligations
FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 - Disputes
FAR 52.233-3 - Protest after Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation
FAR 52.243-1 Alt I - Changes - Fixed Price
FAR 52.246-4 - Inspection of Services -- Fixed-Price
FAR 52.247-34 - FOB Destination
FAR 52.249-4 -- Termination for Convenience of the Government (Services) (Short Form)
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7000 Disclosure of Information
DFARS 252.204-7003 - Control of Government Personnel Work Product
DFARS 252.204-7004 - Antiterrorism Awareness Training for Contractors
DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 - Electronic Submission of Payment Requests
DFARS 252.232-7006 - Wide Area Workflow Payment Instructions
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.243-7001 - Pricing of Contract Modifications
DFARS 252.244-7000 - Subcontracts for Commercial Items


(8) The following additional provisions and clauses are applicable to this procurement.


FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS


(a) The Government intends to award one firm fixed priced purchase order on a lowest price technically acceptable basis. All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated. A proposal that is incomplete will not be considered for award. The following factors shall be used to evaluate offers (Factors other than price when combined are approximately equal when compared to price):


FACTOR 1 - Price


The proposed prices shall be evaluated for completeness, and reasonableness. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (NOTE: The 162nd Wing is subject to the Arizona Business Privilege Tax. Please include applicable taxes with your quote)


FACTOR 2 - Technical Capability


The evaluation will consist of assessing the Offeror's technical approach to accomplish the tasks outlined in the Performance Work Statement. The offeror must demonstrate a clear understanding of the nature and the scope of the work required. Failure to provide realistic, reasonable and complete information may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable. This factor will be evaluated to assess the risk of successful performance based on the quality of the offeror's technical knowledge of inspection services that either meets or exceeds the government's requirements as defined in the performance work statement.


Sub-factor 1. Provide the names of the key personnel on staff (at a minimum)

Sub-factor 2. The proposal demonstrates an appropriate level of personnel resources across the range of skills required to accomplish the requirement.

Sub-factor 3. The proposal demonstrates a sound management approach to accomplish the requirements of the PWS. The proposal demonstrates a sound, rational, effective and efficient management approach to accomplish the requirements identified in the PWS.

Sub-factor 4. Offeror adequately addresses functions, responsibilities and authorities for performing such duties as overall project management, contract manager, and quality control manager.


Factor 3 - Past Performance


The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed (see details below):


Utilizing Attachment 3 - Reference List, the vendor shall provide contact information of past/current clients/customers (for services rendered within 3 years of solicitation closing date) who have had agreements/contracts of similar service to this requirement. The completed reference list must be submitted with offerors quote.


To validate level of performance for references submitted listed on attachment 3, offerors must contact/solicit references to complete Attachment 4 - Past Performance Questionnaire (PPQ). Completed PPQ(s) shall be emailed from past performance reference directly to: usaf.az.162-wg.list.msg-msc@mail.mil PPQs forwarded from or otherwise passed through the offeror will not be considered. PPQ(s) must be received no later than the solicitation closing date/time.


The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed utilizing submitted past performance questionnaires and any sources available including, but not limited to:


• Past Performance Information Retrieval System (PPIRS)
• Federal Awardee Performance and Integrity Information System (FAPIIS)
• Other Publically Available Information


Recent - Recent past performance shall be performance that is either on-going or was completed within three (3) years of the solicitation closing date.


Relevant - Relevancy is defined as follows:


Relevancy Ratings
Very Relevant - The reference demonstrates experience with inspection services of sunshade structures under contract/agreement with federal, state or other government entities within the past three years

Relevant - The reference demonstrates experience with inspection services of sunshade structures under contract/agreement with other than government entity within the past three years.

Semi-Relevant - The reference demonstrates experience with other inspection services within the past three years.

Not Relevant - None of the above.


Performance Ratings and Confidence Assessment. The following adjectival ratings shall be given to each of the Offeror's past performance references to rate the quality of the Offeror's performance for that reference. The Offeror shall then receive one rating as an overall confidence assessment describing how well the Offeror is expected to perform given the Offeror's performance history. More-recent and more-relevant past performance information shall have greater weight in the Offeror's overall confidence assessment relative to less-recent and less-relevant information.

Performance Confidence Assessments Rating Method

Adjectival Rating - Description

Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.

Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.


Neutral Confidence - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.


Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.




No Confidence - Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.

(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.


(d) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary.


(e) Note: In Accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must:
1. Have adequate financial resources to perform the contract, or the ability to obtain them
2. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;
3. Have a satisfactory performance record.
4. Have a satisfactory record of integrity and business ethics
5. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors).
6. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and
7. Be otherwise qualified and eligible to receive an award under applicable laws and regulations.


(End of Provision)


FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS


Lack of active SAM registration will preclude contract award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM


FAR 52.217-9 - Option to Extend the Term of the Contract


(a) The Government may extend the term of this contract by written notice to the Contractor within 14 Days; 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 3 years.


(End of Clause)

FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires


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 Monetary Wage -- Fringe Benefits
99832 Surveying Technician GS-5
99831 Surveying Aide GS-2
30040 Civil Engineering Technician GS-7

(End of Clause)

FAR 52.237-1 -- Site Visit.
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)

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): https://www.acquisition.gov/


(End of Provision)


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):

https://www.acquisition.gov/

(End of Clause)


FAR 52.252-6 Authorized Deviations in Clauses


(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this solicitation or contract of any Federal Acquisition Regulation. (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of Clause)


(9) Proposal Submittal and Inquiries


Be advised, there are four (4) documents attached to the solicitation. Please review prior to submission:

1 - Performance Work Statement
2 - U.S. Department of Labor Service Contract Act Wage Determination
3 - Reference List - Refer to Factor 3 - Past Performance
4 - Past Performance Questionnaire (PPQ) - Refer to Factor 3 - Past Performance


Any questions must be emailed to the POC below no later than 5:00 PM mountain std. time, Tuesday, 23 April 2019. Any responses shall be posted an amendment to this solicitation by 3:00 PM mountain std. time on Thursday, 25 April 2019.


All responsible sources may submit a quote via email to: usaf.az.162-wg.list.msg-msc@mail.mil

Quotes should be marked with solicitation number W912L2-19-Q-6012


Suspense for receipt of quote 5:00PM mountain standard time on Wednesday, 30 April 2019


 


 


162nd Contracting, Email usaf.az.162-wg.list.msg-msc@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP