The RFP Database
New business relationships start here

Base Horticulturist


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

GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items and services as described in the Statement of Work (SOW). This is a streamlined 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 serves as both a notice to offerors and the solicitation, as a formal solicitation will not be issued. This requirement is issued as a request for proposal using Simplified Acquisition Procedures under FAR Part 13.5 (Reference: F2X3CE3198A001- Base Horticulturist). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-83 (2 Jul 2015) and the DPN 20150826 effective (26 Aug 2015). It is the Offeror's responsibility to be familiar with applicable clauses and provisions.


A Firm Fixed Priced Award will be made in accordance with the following:


NAICS Code: This acquisition is being solicited as a 100% small buisness set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 541320 with a small business size standard of $7.5 Million.


II. NATURE OF ACQUISITION:


Maxwell AFB has a requirement to purchase the below listed items and services. This procurement will be awarded under Simplified Acquisition Procedures. All questions must be received by 18 September 2015, 12:00 hrs CST. Proposals must be received by 25 September 2015, 12:00 hrs CST. E-Mail proposals are acceptable. Email proposal to joshua.williams.23@us.af.mil and ryan.fowler.1@us.af.mil. Fax proposals will not be accepted. Offerors are cautioned that Maxwell AFB, AL 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 HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain base access and arrive at the contracting office PRIOR to the time specified for receipt of offers. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers."
.


III. SCHEDULE OF SUPPLIES/SERVICES:


The contractor shall provide the service listed below. The Government estimates the quantities per CLIN, per year. (Government is not bound to this estimate.)

CLIN 0001: Horticulturist Services Furnish Non-Personal Services as Horticulturist, Landscape Designer, and Greenhouse Manager at Maxwell AFB and Gunter Annex, AL in accordance with (IAW) Statement of Work (SOW). PERIOD OF PERFORMANCE: OCT 1 2015 THROUGH SEPT 30 2016.


Qty: 12 Unit: Months Unit Price: tiny_mce_marker____________ Total Cost: tiny_mce_marker____________
PoP: 01 Oct 2015 - 30 Sep 2016

*All work is to be performed in accordance with (IAW) the attached Statement of Objectives (SOW).


IV. PROPOSAL PREPARATION INSTRUCTIONS


To assure timely and equitable evaluation of quotes, offerors must comply with the instructions contained herein. Noncompliance may raise doubt regarding an offeror's performance capabilities and may be grounds to eliminate the quote from consideration for contract award. Quotes must be complete, self-sufficient, and respond directly to the requirements of the Request for Quote (RFQ). Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to evaluate offers and award this Firm fixed-price contract without discussions. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, the offeror's initial quote should contain the offeror's best terms from a price standpoint. The offeror's quote response shall consist of three (3) separate parts; Part I - Technical Quote and Part II - Price Quote.


1. Offerors may submit quotes by email as responses to this solicitation. E-mail quote s are subject to the same rules as paper quotes. Typing shall be double spaced, in Times New Roman, and not be less than 12 pitch. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


2. If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certifications will render a quote as non-responsive and it will not be considered.


3. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.


4. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.


PART I - TECHNICAL QUOTE


An offeror must provide a written statement stating that he/she takes no exception to the requirements of this synopsis/solicitation, including the Statement of Work (SOW).


PART II - PRICE QUOTE


(a) Complete Section III - Schedule Of Supplies/Services above. In doing so, the offeror accedes to the contract terms and conditions as written in the combined synopsis/solicitation, including the Statement of Work (SOW).


(b) Pricing shall be firm-fixed price for each Contract Line Item Number (CLIN). Insert proposed UNIT and EXTENDED prices in Section III, Schedule of Supplies and Services.


IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.


V. BASIS FOR AWARD


This acquisition will be conducted using simplified acquisition procedures per FAR Part 13. Technical quotes will be evaluated first. Next, Past Performance information of only the technically acceptable quotes will be evaluated. Quotes rated technically acceptable with acceptable past performance will be ranked by price. Award will be made to the lowest priced quote meeting the evaluation standards.


The evaluation process shall proceed as follows:


Part I. TECHNICAL QUOTE.


The Government will evaluate written statement provided by the offeror to validate whether or not exceptions were taken to the combination synopsis/solicitation and/or the Statement of Work (SOW).


Technical Performance will be assigned ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements).



Part II. PRICE QUOTE.


Each offeror's proposed price ("SCHEDULE OF SUPPLIES AND SERVICES") will be evaluated for reasonableness. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: Price will be evaluated for reasonableness based on FAR 13.106-3 competitive quotes, comparison of the proposed price with prices found reasonable on previous contracts, a comparison with similar items in related industry, comparison to an independent Government estimate, or any other reasonable basis. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals.


VI. CONTRACT TERMS AND CONDITIONS:


Applicable FAR clauses may be obtained by going to http://www.farsite.hill.af.mil . Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014) and 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this solicitation. In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015) with Alternate I (Oct 2014). FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2015).


The following FAR provisions and clauses applies: 52.203-3, Gratuities (Apr 1984); 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014); 52.204-4, Printed or Copied Double-Sided on Recycled Paper (May 2011); 52.204-7, System for Award Management (Jul 2013); 52.204-9, Personal Identify Verification of Contractor Personnel (Jan 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.204-13, System for Award Management Maintenance (Jul 2013); 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed Debarment (Aug 2013); 52.217-5, Evaluation of Options (Jul 1990); 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-26, Equal Opportunity (Apr 2015); 52.223-5 -- Pollution Prevention and Right-to-Know Information; 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012); 52.232-18, Availability of Funds (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.242-13, Bankruptcy (Jul 1995); 52.245-1 -- Government Property; 52.245-9 -- Use and Charges; 52.253-1, Computer Generated Forms (Jan 1991)


The following DFARS provisions and clauses applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013); 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; 252.225-7048 Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.243-7001 Pricing of Contract Modifications (Dec 1991);


FAR Clauses and Provisions By Full Text:


FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAY 2015)
(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 (Apr 2010) (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 (Apr 2015) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(ix) 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.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) X (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).
(xii) 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.)
(xiii) 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)
(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
(xvi) 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).
(xvii) 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.
(xviii) 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)
52.217-8 -- Option to Extend Services.
Option to Extend Services (Nov 1999)


The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days.


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 15 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 42 Months.



52.219-1, Small Business Program Representations. (Oct 2014)
(a) Definitions. As used in this provision--


"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program.


"Service-disabled veteran-owned small business concern"--


(1) Means a small business concern--


(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and


(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.


(2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).


"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision.


"Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that--


(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--


(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and


(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and


(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.


"Veteran-owned small business concern" means a small business concern--


(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and


(2) The management and daily business operations of which are controlled by one or more veterans.


"Women-owned small business concern" means a small business concern--


(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and


(2) Whose management and daily business operations are controlled by one or more women.


"Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.


(b)
(1) The North American Industry Classification System (NAICS) code for this acquisition is 541320.


(2) The small business size standard is __$7.5 Million.


(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.


(b) Representations.


(1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern.


(2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.


(3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern.


(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that-


(i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and


(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.


(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-


(i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and


(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.


(6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern.


(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern.


(8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that -


(i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and


(ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.


(c) Definitions. As used in this provision--
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program.


"Service-disabled veteran-owned small business concern"-


(1) Means a small business concern-


(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and


(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.


(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).


"Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision.
"Veteran-owned small business concern" means a small business concern-


(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and


(2) The management and daily business operations of which are controlled by one or more veterans.
"Women-owned small business concern," means a small business concern -


(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and


(2) Whose management and daily business operations are controlled by one or more women.


"Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.


(d) Notice.


(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.


(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -


(i) Be punished by imposition of fine, imprisonment, or both;


(ii) Be subject to administrative remedies, including suspension and debarment; and


(iii) Be ineligible for participation in programs conducted under the authority of the Act.


(End of Provision)


Alternate I (May 2014). As prescribed in 19.309(a)(2), add the following paragraph (b)(9) to the basic provision:
(9) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls:
___ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.


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 Monetary Wage-Fringe Benefits
Nursery/Greenhouse Manager $43,287.00
(End of clause)


52.233-2, Service of Protest. (Sep 2006)


(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Kimberly Knott, 42 CONS/LGCB, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL 36112.


(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
52.237-1 -- Site Visit.
As prescribed in 37.110(a), insert the following provision:
Site Visit (Apr 1984)
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)
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)


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): http://farsite.hill.af.mil/


52.252-2, Clauses Incorporated by Reference (Feb 1998)


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): http://farsite.hill.af.mil/


52.252-5, Authorized Deviations in Provisions. (Apr 1984)


(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 provision.


(b) The use in this solicitation of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2)provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of Provision)


52.252-6, Authorized Deviations in Clauses (Apr 1984)


(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 Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of Clause)


DFARS Clauses and Provisions By Full Text:


252.204-7006 Billing Instructions. (Oct 2005)


When submitting a request for payment, the Contractor shall-
(a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and
(b) Separately identify a payment amount for each contract line item included in the payment request.


(End of clause)


252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (DEVIATION 2012-O0004) (JAN 2012)


(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-


(1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,


(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.


(End of provision)


252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(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 System for Award Management 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).


Invoice and Receiving Report (Combo)
(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended.

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
(Block 15 (Deliver To) of SF1449)
(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 Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.
Issue By DoDAAC Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base
Admin DoDAAC Block 16 (Administered by) of SF1449
Inspect By DoDAAC Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.
Ship To Code Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued.
Ship From Code "Not applicable."
Mark For Code Customer
Service Approver (DoDAAC) "Not applicable."
Service Acceptor (DoDAAC) Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.
Accept at Other DoDAAC "Not applicable."
LPO DoDAAC "Not applicable."
DCAA Auditor DoDAAC "Not applicable."
Other DoDAAC(s) "Not applicable."


(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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
Larry.howard@us.af.mil
joshua.williams.23@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.
ryan.fowler.1@us.af.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.


(End of clause)


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 proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested 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 OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431.


(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)


 


Statement of Work (SOW)
Base Horticulturalist


1. DUTY TITLE: Installation Horticulturalist, Landscape Designer, and Greenhouse Manager
2. ORGANIZATION: 42 MSG, Maxwell AFB
3. DUTY DAYS/HOURS: Monday -Friday excluding government holidays. Duty hours will be 24hours per week and performed between the hours of 5:00A.M. and 7:00P.M.
4.0. DESCRIPTION OF SERVICES
4.1. Serve as the Maxwell/Gunter installation horticulturalist/landscape designer and greenhouse plant nursery manager to include planning, design, coordination, direction, and performance of a wide variety of horticultural, arboreal, floricultural and grounds maintenance duties to improve/maintain beautification of Maxwell/Gunter installations. In addition, adhere to the Maxwell/Gunter master landscape plan, maximize limited resources, and plan for the future. Also provide a safe, attractive, functional, inspirational, and relaxing environment for the occupants, employees, and visitors to Maxwell/Gunter installations, and establish activities that positively affect the preservation, restoration, enhancement, and beautification of the Maxwell/Gunter installations.
4.2. Plan, design, coordinate, direct, and perform a wide variety of horticultural, arboreal, floricultural, and grounds maintenance duties. Provide direct input to, and carry out gardening work based on organizational project plans, master landscape and long-range plans; and make independent judgments within the framework of good horticultural practices. Perform grounds maintenance to trees, shrubs, plants, flowers and lawns, taking into consideration the individual needs and/or characteristics. Slope and plant terraces and sod steep banks or heavy traffic patterns that involve difficult holding and growth problems. In transplanting, select the location for best plant growth and development considering soil condition, hardiness of plants, foliage at various stages of growth, flowering periods, and the overall landscape plan. When setting out trees, shape and slope pits to provide proper drainage and sufficient air for the roots. Increase or decrease the lime, calcium salt, or sulfur content so that acid or alkaline conditions are neutralized in line with plant requirements. Diagnose landscape and gardening problems and record corrective procedures used, including any new processes applied and the results achieved, and take corrective action. Weed flowerbeds; and water turf, nursery, and plants using surface, root, and overhead methods. Prune/trim shrubs and trees to obtain a proper balance between roots and top growth, to modify or retain the natural form, and to increase fruit and flower productions. Recommend and apply proper chemical compounds for specific conditions based on the type of pest or tree disease and age of tree. Recognize and control plant diseases, cold damage, and mineral deficiencies. Select, mix, and use fungicides, insecticides, and herbicides for treatment/control of common plant diseases (e.g., molds, brown spot, rusts, blight, and mildew), plant insects (e.g., leaf miners, scale, borers, and slugs), and weeds. Spray and dust with these chemicals according to instructions. Recommend trees, shrubs and established plants for removal based on structural soundness, safety considerations, and environmental concerns. Rake and dispose of clippings, leaves, and twigs prior to leaving job site. Keep abreast of new developments in horticultural practices, such as new products and new techniques.
4.3. Plan, organize, and direct the management and operation of three greenhouses and plant nursery to include scheduling, supervising and participation in the propagation, cultivation, and harvesting of horticultural specialties, such as trees, shrubs, flowering plants and flowers used in landscaping the installation while applying knowledge of environmental-control structures, systems, and techniques and plant culture. Overseeand inspect a work crew of eight minimum-security non-violent inmates from the Federal Prison Camp (FPC) on Maxwell AFB. A briefing on the rules of working with inmates will be given. A Government supervisor will check on the inmates every hour of the workday. This crew consists of four greenhouse men who will be inspected in the course of propagation of native plants, bedding plants and shrubs and trees. Documentation of training records of FPC inmates will be required. Ensure periodic and proper maintenance is performed on the filtration, aeration, misting and water systems in the greenhouses and plant nursery. Design and execute an effective system of internal controls which provides reasonable assurance that operations are effective and efficient, assets are safeguarded, financial information is reliable, and applicable regulations, policies and procedures are complied with. Determine type and quantity of stock to grow on a seasonal basis. Propagate, identify, recommend and oversee the ordering and purchase of plants for particular purposes, such as shade, boundary lines, ground cover, erosion control, or pleasing appearance. May establish and maintain frequent contacts with state and educational agriculture department specialists including ecologists, entomologists, biologists, agronomist and others to determine causes of diseases associated with plant problems. Use an integrated pest management (IMP) strategy for identification and control of both beneficial and harmful plant pests. Procure and apply insecticides, fungicides and pesticides for control of pests and plant diseases. Order materials such as fertilizer, garden and lawn care equipment, and other nursery and greenhouse related accessories.
4.4. Use and maintain a variety of hand and power-operated garden tools and equipment, such as seeders, spreaders, edgers, hedge trimmers, pruning shears, sprayers, spades, hoes, rakes, and mowers. Wash, clean, oil, sharpen, lubricate, and oversee performance of minor maintenance on equipment.
4.5. Drive one or more types of Government-furnished light trucks, which typically have a gross vehicle weight (GAWK.) of up to 10,000 pounds, such as pickup trucks, panel trucks, flatbed trucks, carryalls, and sedans to transport materials, personnel, and equipment. A valid state driver's license and personal liability insurance are required. Vehicles are driven on and off installation under all driving conditions and highway speeds. Personally perform or oversee loading and unloading of vehicles by hand (with or without assistance), including arranging, securing protecting cargo to prevent shifting, loss, or damage while in transit. Connect towed equipment to vehicle to ensure towed equipment does not exceed the maximum weight allowable for the vehicle being driven and is properly connected. Read road and installation maps and judge traffic conditions to determine the shortest and safest route. Perform operator maintenance including, but not limited to, checking fluid levels and air pressure in tires, cleaning and washing of vehicles, and performing inspection checklists to ensure safe and proper operation. Maintain records and documents actions, such as operator inspection checklists/forms and accident/incident reports.
4.6. Utilize safety practices and procedures following established safety rules and regulations and maintain a safe and clean work environment. Use and assure proper fit of required safety equipment and clothing for self and work crew. Follow federal, state and installation rules when storing, using, handling, labeling, and disposing of hazardous materials and waste in accordance with environmental standards. Perform clean-up duties, such as cleaning equipment, sweeping, straightening, and maintaining tools and other property in the assigned area such as shears, sprayers, spades, hoes, rakes, and mowers.
5.0. RESPONSIBILITIES:


5.1. Coordinate activities of self and work crew engaged in propagating, cultivating, and harvesting horticultural specialties, such as trees, shrubs, flowering plants and flowers, applying knowledge of environmental-control structures, systems, and techniques and plant culture. Perform a wide range of land-.cape and gardening work using own initiative.
5.2. Responsible for the efficient management and operation of the installation's three greenhouses and plant nursery and for inspecting the facilities for signs of disrepair, such as missing glass panes, clogged sprinklers, inoperable ventilation/aeration systems and notifies the Government inmate supervisor or FPC Liaison/Grounds Manager to ensure refurbishing or replacement of parts in environmental-control structures and systems.
5.3. Good management practices include referencing Government-furnished gardening books and catalogues, and routinely consulting with local and state government and extension agents, civic, municipal and university institutions as well as local horticultural centers regarding physical characteristics of plants and individual plant requirements for sun, water, minerals, and soil mixture.
5.4. Working within the framework of good gardening practices and with project or master landscape plans, makes independent judgments to attain desired results.
5.5. Responsible for developing plans and making recommendations for improvement in the overall installation landscape plan and obtaining approval on projects which require unplanned expense or significant periods of time.
5.6. Responsible for the training of new crews of workers (due to rotation of personnel) in gardening and landscaping techniques such as propagation, transplanting and weeding.
5.7. Motor vehicle operation duties include, but are not limited to, making decisions on the type of Government furnished vehicle to be operated, destination, cargo to be transported, purpose of the trip, deadlines to be met, and any special information requirements. The contractor is responsible for the safe transport of cargo and work crew on public thoroughfares and throughout the installation. The work is regularly checked and evaluated for timely execution of requirements, the safe delivery of cargo, and quality of work. Follow instructions and regulations for operating vehicles. Review the operator's manual for assigned vehicles to be able to recognize developing maintenance problems when conducting operator inspections and reporting problems to the Vehicle Control Officer.
5.8. A pesticide applicator's license is required. If there is no current license, it must be obtained by 1 December 2015.
5.9. Closely works with the Federal labor work force and will be a viable part of the Maxwell/Gunter team. May have occasional contact with building managers and housing occupants.
5.10. Public speaking may be required. Also, occasional written articles will be required for submittal to the base newspaper.
5.11. A bachelor's degree in Horticulture/Nursery or Greenhouse Management/Landscape Design/Turf Management is required.
5.12 Submittals required with proposal:
a. Pesticide applicator's license (State of Alabama)
b. Diploma and/or transcript from accredited institution showing proof of at least Bachelor's degree in Horticulture/Nursery or Greenhouse Management, Landscape Design/Turf Management.
c. Tree processional (horticulture profession) references
d. Proof or photocopy of valid state driver's license and personal liability insurance.
GOVERNMENT FURNISHED EQUIPMENT
Nomenclature Quantity
Lawn mowers 2
Edger I
Weed eater 1
Blower 3
Hedge trimmer 1
Honda Harmony tiller plus miscellaneous parts 1
6.5 HP Troy Bilt Super Bronco Tiller l
8.5 HP Craftsman Chipper Shredder l
5 HP compressors1
Scotts Speedy Green 3300 spreader 1
Wheelbarrows 3
2.5 HP Shop Vacs1
Bouldin & Lawson Soil Mixer 1
Garden hoses 10
Post Hole Digger 1
Drain shovels 3
Garden rakes 3
Leaf rakes 10
Shovels 13
Hand clippers 15
Miscellaneous hose 6
Tree pruner 12' I
Hand trowels 10
Hand rakes 15
Garden fork 1
Sledgehammer 2
Loppers 5
Pitchfork I
Miscellaneous hand saws 7
Sprayers (2 backpacks) 5
Waterloo toolbox with miscellaneous hand tools 1
Truck (6 passenger) 1
Trailer 1
Computer I
Printer 1
Telephone l
Answering machine I Tables 2
Filing cabinet 1
Miscellaneous book shelves 6
Radio I Refrigerator 2
Microwave I Desk 1
Office chairs 2
Hand cart (2': x 4') 1
Hand cart (2' x 5') I Hand cart (3' x 5') I Tree dolly 1


GOVERNMENT FURNISHED FACILITIES
Bldg 1305 - Break room, tool storage, bathroom, and greenhouse office
Bldg 1353 -Tool and chemical storage
Bldg 1354 - Greenhouse #1, 14' x 20', heated with manual irrigation
Bldg 1306- Greenhouse #2, 20' x 50', heated cooled, with automatic and manual irrigation
Bldg 1352 - Greenhouse #3, 30' x 100', heated, cooled, with automatic irrigation
Contractor Manpower Reporting Application (eCMRA): The contractor is required to report all contractor labor hours (including subcontractor labor hours) required for performance of all services provided under this contract for the (title of requirement) via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil.
Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October* of each calendar year. Contractors may direct questions to the CMRA help desk."
--------------------------------------------
*Reporting Period: Contractors are required to input data by 31 October of each year.
Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data.
User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CMRA link at http://www.ecmra.mil


REQUIRED POSTERS.
Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.
http://www.dol.gov/osbp/sbrefa/poster/main.htm
REQUIRED INSURANCE
Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract.
a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. 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 limit of $100,000.

b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy.
c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties.


 


 


Joshua D. Williams, Phone 334-953-3869, Fax 334-953-3341, Email joshua.williams.23@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP