The RFP Database
New business relationships start here

Hood & Duct Cleaning


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

This acquisition is for a Fiscal Year (FY) 2020 service. Currently, funds are not available. The government may cancel this requirement at any time if funds do not become available. If funds become available, the government intends to issue an award to the responsible offeror who provides an offer meeting the requirements of the acquisition. Award will be contingent upon the availability of FY2020 funds. Period of Performance scheduled for 01 October 2019 - 30 September 2020.


The 375th Contracting Squadron, Scott Air Force Base (AFB), IL is contemplating an award to perform Hood and Duct maintenance consisting of cleaning hoods, grease removal devices, fans, ducts and other appurtenances at buildings located at Scott AFB, IL. Detailed scope of work defined in attached Statement of Work (SOW).


This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies:


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

(ii) The solicitation reference number is FA440719Q3010 issued as a Request for Quotation (RFQ).


(iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2019-05, effective 13 Aug 2019, and the Defense Federal Acquisition Regulation Supplement DPN 20190809 (Effective 09 Aug 19) Edition.


(iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) Code is 561790; Other Services to Buildings and Dwellings. The small business size standard is $7.5 Million. The Product Service Code (PSC) is S201, Housekeeping - Custodial Janitorial.



(v) Contract Line Item Number(s) CLINS:


Item #    Description    Quantity    Unit    Unit Price    Total Price
0001    Bldg. 150, Essex House    2    MO


0002    Bldg. 1192, Golf Course    2    MO        
0003    Bldg. 1560, Scott Club    4    MO        
0004    Bldg. 3600, Global Reach    4    MO        
0005    Bldg. 468, In Flight Kitchen    2    MO        
0006    Bldg. 1700, AAFES    3    MO        
0007    Bldg. 1800, Dining Facility    4    MO        
0008    Bldg. 1805, CDC    2    MO        
0009    Bldg. 1934, Bowling Center    4    MO        
0010    Bldg. 1981, Taco Bell    2    MO        
0011    Bldg. 1981, Dominos    2    MO        
0012    Bldg. 1981, Charley's    4    MO        
0013    Bldg. 3600, AAFES    4    MO        
0014    Bldg. 4780, Youth Center    2    MO        
0015    Bldg. 1649, Burger King    6    MO        
0016    Bldg. 1807, CDC    2    MO        
0017    Bldg. 1981, Panda Express    8    MO        
0018    Bldg. 1640, Express/Shoppette    2    MO        
GRAND TOTAL                $


(vi) Description of requirements:


Contractor will furnish all materials, supplies, equipment and transportation needed to clean hood and exhaust systems. The contractor will remove all accumulated grease, dust, lint and dirt from the hood, duct, fans and equipment. Utilizing flammable solvents or other flammable cleaning aids shall not be used.


Clean-out plates/access panels (openings) are provided by the government for thorough cleaning of the exhaust systems. All interior surfaces to include clean-out and access panels shall be cleaned. Contractor will identify any areas that are not NFPA 96 compliant for access panels for work orders to be submitted and corrected by the government. Contractor will provide before and after cleaning photos for each hood cleaned to help identify hood/duct cleanliness and deficiencies. All work performed shall meet and be in compliance with NFPA 96, most current edition.


Cleaning schedules will be arranged so there is a plus or minus 15-day leeway from the last date cleaned for bi-monthly and quarterly cleanings within the scheduled cleaning month. This will ensure short and excess times between cleanings are not an issue.


See attached SOW for complete details of the acquisition.
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil.
ADDENDA TO 52.212-1:


A. SITE VISIT


A site visit will be held for all interested parties on Friday, 06 September 2019 at Scott AFB, IL. Offerors shall contact SSgt Joshua King at 618 256-9259 or email joshua.king.36@us.af.mil and/or Ms. Marcia Wuebbels at 618-256-9308 or email marcia.wuebbels@us.af.mil by 12:00 p.m. CST 05 September 2019 to confirm attendance and allow the Government sufficient time to assure your Base Pass is processed. The site visit begins promptly at 10:30 a.m. CST. Please allow sufficient time to obtain the pass from the Visitor Control Center for access to the Installation. All interested parties will meet in the main Conference Room located at 375 CONS, Bldg. 52.


B. PAST/PRESENT PERFORMANCE
With your offer, please provide Point of Contact (POC) with their business number and email address for acquisitions of same or similar type of service for evaluation of present/past performance purpose. If this is your first acquisition of this type, please indicate as such. We will need your consent to contact said POC(s). Please indicate consent with submittal of your offer.
C. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 96
With your offer, please provide valid NFPA 96 certification of the employee(s) who will perform the required service of this acquisition with the understanding only one employee must possess the certification while performing required service. Said certification is part of the evaluation criteria on a pass/fail basis.
D. WAGE DETERMINATION (WD)


At the time of this combined synopsis/solicitation, WD 2015-5075, Rev. 13, dated 07/15/19 was in effect. In the event of an updated revision to the applied WD, the updated revision will be incorporated into award.

E. REAL ID ACT Version 35


Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards.


The following states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until


28 Feb 2020
N. Marianas


1 Aug 2019
Kentucky


10 Oct 2019
Maine         Oklahoma     A. Samoa
Oregon         New Jersey


The following states/territories are compliant with the REAL ID Act.


Alabama         Arizona         Arkansas
Colorado         Connecticut         Delaware
DC             Florida         Georgia
Hawaii         Indiana         Iowa
Kansas         Louisiana         Maryland
Michigan         Mississippi         Nebraska
Nevada         New Mexico        New York
N. Carolina        Ohio             S. Dakota
Tennessee         Texas             Utah
Vermont         West Virginia         Wisconsin
Wyoming         S. Carolina         Idaho
N. Dakota         Puerto Rico         Washington
N. Hampshire         Massachusetts        Guam
Virginia      Minnesota     Illinois
Virgin Islands         California        Rhode Island
Alaska         Montana        Missouri
Pennsylvania


Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License:


- United States Passport or Passport Card, not expired
- Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule
- An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information
- Personal Identification Verification (PIV) card issued by Federal Government
- Veterans Health Identification Card issued by U.S. Department of Veterans Affairs
- Interoperable (PIV-I) cards issued by No-Federal Government entities
- Certificate of Naturalization/ Certificate of Citizenship (form N-550)
- Permanent Resident Card/Alien Registration Receipt Card (Form I-551)
- DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST)
- Border Crossing Card (Form DSP-150)
- An employment authorization document that contains a photograph (Form I-766)
- U.S. Coast Guard Merchant Mariner Cards Credentials
- U.S. Permanent Resident Card (Form I-551)
- U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph
- A Foreign Government Issued Passport
- US Military ID (including retirees and dependents)
- Transportation Worker Identification Credential (TWIC)


Please contact Pass and Registration at 256-3020/2008 if you have any questions or need additional information.


ADDENDA TO 52.212-1 (CONTINUED):


PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR OFFER:


1. Contractor Name: _______________________________________________________


2. Contractor Address: _____________________________________________________


3. Point of Contact: ________________________________________________________


4. Phone Number: __________________________________________________________


5. Email Address: __________________________________________________________


6. DUNS Number: ___________________________________________________________


7. CAGE Code: ______________________________________________________________


8. Business Type (i.e. Small, Women-Owned, SDVOSB, etc.): ________________________


9. Offer Date and Expiration: ___________________________________________________


10. GSA (if applicable to this acquisition): ________________________________


11. Proposed Payment Terms or Discount: _________________________________________


12. Begin Date and End Date of Performance: 1 October 2019 - 30 September 2020


13. FOB (Destination or Origin): _________________________________________________


14. Consent to Contact POC Past/Present Performance: YES__________ NO ___________


(ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition.


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. For this acquisition, the following factors used to evaluate offers are:


Technical evaluation assessed on a pass/fail basis of a valid National Fire Protection Association (NFPA) 96 certification of employee(s) who will perform the hood and duct service with the understanding only one employee must possess the certification while performing the service. Submitted offer must include valid NFPA 96 certification of employee(s) for award consideration; Price; and Past/present performance of same or similar acquisitions.


Evaluation of offers conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2. The Government intends to make award to the lowest priced offeror meeting the Government's requirement.


(End of Provision)


(x) Offerors must include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.


As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) site located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. A copy of paragraphs (c) through (u) can be obtained at http://farsite.hill.af.mil/vffara.htm.


(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.


(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Aug 2019), applies to this acquisition.


The following additional Federal Acquisition Regulation (FAR) clauses cited in 52.212-5 are applicable to the acquisition:


52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28 Post-Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
52.222-50 Combating Trafficking in Persons (Jan 2019)
52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
52.223-18 Encouraging Contractor Policies to ban Text Messaging while Driving (Aug 2011)
52.225-1 Buy American-Supplies (May 2014)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018)


(xiii) The following FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and
Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses/provisions, which
are incorporated by reference, are determined by the contracting officer to be necessary for
this acquisition and consistent with customary commercial practices.


FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements or Statements (Jan 2017) - Provision
FAR 52.204-7 System for Award Management (Oct 2018) - Provision
FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) - Provision
FAR 52.204-22 Alternative Line Item Proposal (Jan 2017) - Provision
FAR 52.204-13 System for Award Management Maintenance (Oct 2018) - Clause
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) - Clause
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
Clause
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (Aug 2019) - Provision
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) - Clause
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) - Provision
FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) - Clause
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation (Dec 2016) - Provision
FAR 52.232-39 Unenforceability of Unauthorized Obligations - (June2013) - Clause
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
Clause
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
Clause
FAR 52.237-3 Continuity of Service (Jan 1991) - Clause
DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) - Clause
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) - Clause
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) - Provision
DFARS 252.204-7003 Control of Government Personnel Work Products (Apr 1992) - Clause
DFARS 252.204-7006 Billing Instructions (Oct 2005) - Clause
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
(Oct 2016) - Provision
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported
Cyber Incident Information (Oct 2016) - Clause
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) - Clause
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) - Clause
DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016) - Clause
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) - Provision
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
(Jan 2018) - Provision
DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous
Materials-Basic (Sep 2014) - Clause
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) - Clause
DFARS 252.225-7000, Buy American-Balance of Payment Program Certificate (Nov 2014) - Provision
DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) - Clause
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017) - Clause
DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) - Clause
DFARS 252.225-7048 Export Controlled Items (Jun 2013) - Clause
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) - Clause
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) - Clause
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) - Clause
DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) - Clause
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) - Clause
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) - Clause
DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts) (Jun 2013) - Clause
DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Feb 2019) - Clause
AFFARS 5352.201-9101 Ombudsman (Jun 2016) - Clause
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - Clause
AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) - Clause
AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) - Clause
(End of Clause)
(xiv) N/A
(xv) OFFERS ARE DUE NLT: 13 September 2019 by 3:00 p.m. CST
(xvi) Offers are due via email to: joshua.king.36@us.af.mil
Primary: SSgt Joshua King - Phone - 618-256-9259 joshua.king.36@us.af.mil


Secondary: Ms. Marcia Wuebbels - Phone - 618-256-9308 marcia.wuebbels@us.af.mil


Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above.


The point of contact for this acquisition is SSgt Joshua King - Phone - 618-256-9259 or email
joshua.king.36@us.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels - Phone - 618-256-9308 or email marcia.wuebbels@us.af.mil.


 




Joshua M King, Contract Specialist, Phone 6182569279, Email joshua.king.36@us.af.mil - Marcia L. Wuebbels, Contracting Officer, Phone 6182569308, Email marcia.wuebbels@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP