The RFP Database
New business relationships start here

Temporary SIgnage and Signals


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

Combined Synopsis/Solicitation
Solicitation Number: FA4613-051519
Purchase Description: Temporary Signage and Signals

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a Total Small Business Set-Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA4613-051519, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business standard of $15,000,000. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02TA effective 6-May-19, Defense Federal Acquisition Regulation
Supplement DPN 20190215 effective 15-Feb-18 and Air Force Federal Acquisition Regulation Supplement AFAC 2018-0525 effective 5/25/2018.

DESCRIPTION OF ITEMS/SERVICES:


CLIN 0001: Install WYDOT Signs/Signage Gate 2
Quantity: 1 Unit of Issue: Lot
Unit Price: $_____________
The contractor shall provide all labor, materials (except signage), equipment, transportation, and supervision necessary for temporary Wyoming Department of Transportation (WYDOT) signs on Interstate 25 and temporary signalization from 18 July 2019 - 2 Aug 2019 at the intersection of Happy Jack Road, Missile Drive, and I-25 on/off ramps near F.E. Warren AFB Gate 2. Please see the attached Statement of Work (SOW) and all other attachments for specifics.


FOB: Destination.
DELIVERY DATE(S): 18-Jul-19 - 2-Aug-19
PLACE OF DELIVERY: F.E. Warren AFB, WY 82005


SITE VISIT: A site visit will be accomplished on Thursday, May 30, 2019; 1300 (Mountain Daylight Time). Please respond NLT Friday, May 24, 2019, in order to register your attendance of the site visit. 


Send responses by email to damarius.pettway.1@us.af.mil. Responses/quotes MUST be received no later than Friday, June 14, 2019; 1300 (Mountain Daylight Time). Forward responses by e-mail to damarius.pettway.1@us.af.mil and troy.johnson.19@us.af.mil.


Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/


APPLICABLE FAR CLAUSES:
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements or Statements--Representation (JAN 2017)
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)
FAR 52.212-2: Evaluation - Commercial Items (OCT 2014)
Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria:
Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.
(a) Technical Capability: Meets Government requirement/specifications as identified within each CLIN and the attached SOW. Contractors will provide an implementation schedule, showing dates, placement, and operation of the signage and signals, IAW the SOW and other attachments.
(b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror
Representations and Certifications - Commercial Items) (Oct 2018) or indication that offeror representations and certifications are in System for Award Management (SAM).
(End of Provision)

FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. (Oct 2018)


FAR 52.212-5 -- Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION 2018-O0021) (Sept 2018)


FAR 52.237-1 - 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)

FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (1984)
The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the
contract price.
(End of Clause)

FAR 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 addresses:
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
http://farsite.hill.af.mil/vfaffara.htm
(End of Provision)

FAR 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 addresses:
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
http://farsite.hill.af.mil/vfaffara.htm
(End of Clause)

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials


DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation (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)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance
location(s) in WAWF, as specified by the contracting officer.
Not Applicable
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F87700
Issue By DoDAAC FA4613
Admin DoDAAC FA4613
Inspect By DoDAAC F1Y3DA
Ship To Code F1Y3DA
Service Approver (DoDAAC) F1Y3DA
Service Acceptor (DoDAAC) F1Y3DA


(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
Not Applicable
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of Clause)


5352.201-9101 OMBUDSMAN (JUN 2016)
(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, AFICA/KG (OL-GSC) Director of Contracting, 841 Fairchild Ave, Barksdale AFB, LA 71110, telephone 318-456-6336 (DSN 781-6336); facsimile 318-456-7861 (DSN 781-7861).
Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU/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)


5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)


Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost.


Attachments:
1. WYDOT SIGNS SOW
2. WYDOT SS-700C
3. Sign Schedule
4. Sign Detail Drawings

Damarius D. Pettway, Contract Specialist, Phone 3077732454, Email damarius.pettway.1@us.af.mil - Troy T. Johnson, Contracting Officer, Phone 307-773-4650, Fax 307-773-3973, Email Troy.Johnson.19@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP