This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # FA4625-19-Q-0049 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Defense Acquisition Circular 20190215 and Air Force Acquisition Circular 2018-0525. This procurement is set for Full & Open Competition. The applicable North American Industry Classification System (NAICS) Code is 324110. The Small Business Size Standard is 1,500 EMP. Paper copies of the RFQ will not be made available.
Basis of Award/Evaluation Criteria: This acquisition will utilize the Performance Price Tradeoff (PPT) process to make a best value award decision. A best value determination will be made by evaluating the following factors: price, and references/past performance.
The Offeror’s quote submission shall consist of the the following to be determined responsive:
1. Completed Bid Schedule, to include fuel price (per gallon & total), transportation rate, and any waiting fee/additional transport cost associated with the complete offloading of fuel per the requirement.
2. Two references within the last 5 years. The references shall include company/individual name, point of contact, email address and phone number. The references must support that company/individual has fulfilled a like-requirement such as this. More than two references may be submitted if necessary.
Service Contract Act applies, Department of Labor Wage Decision Number 15-5089 Revision Number -9 dated 1 Jan 2019 is hereby incorporated by reference and can be found at the following interenet address: http://www.wdol.gov.
INFORMATION REGARDING SUBMISSION OF PROPOSALS: Electronic submission of proposals is required. All proposals and related documents shall be submitted via e-mail or CD/disc to the 509th Contracting Squadron, unless otherwise noted. The e-mail/CD/disc must arrive at the designated time specified in the solicitation to be considered responsive, and considered in the evaluation process.
The physical address is:
Attn: SSgt Kyle Jones
509 CONS/PKB
660 Tenth St, Ste 222
Whiteman AFB, MO 65305-5316
The e-mail address is: 509cons.sollgcb@us.af.mil
Quotes must be received by Wednesday, 3 April 2019, 2:00 PM CST in order to be considered for award; late quotes will not be considered for award. All quotes shall be valid for a period of at least 90 days.
NOTE: It is the responsibility of the offeror to ensure timely receipt of the proposal, regardless of e-mail or physical disc. Offerors are cautioned that Whiteman AFB, MO 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 a visitor pass and deliver the proposal to the required Government location PRIOR to the time specified for receipt. Additionally, Whiteman AFB network utilizes a firewall that may cause delays in receipt of e-mail/attachments. Late receipt of proposals due to a network firewall or outages will be considered late. Offerors should allow sufficient time for the email traffic to be delivered. E-mail or CD received in the Government office after the closing time will be considered late and not considered for award and processed in accordance with FAR 52.212-1(f) “Late submission, modifications, revisions, and withdrawal of offers.”
Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency.
All personnel requesting access to Whiteman AFB must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. Government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/real-id. Personnel requesting vehicle access to Whiteman Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. Foreign Nationals will not be authorized access to Whiteman AFB, MO.
The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
The following FAR Clauses and Provisions (P) apply to this acquisition:
In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (P)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management (P)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Providided by Kaspersky Lab and Other Covered Entities.
52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (P)
52.212-2-Evaluation -- Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.219-13-Notice of Set-Aside of Orders
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22 – Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation
52.225-3-Buy American –Free Trade Agreements – Israeli Trade Act
52.225-3-Buy American –Free Trade Agreements – Israeli Trade Act – (Alternate I) – Alternate I
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Accelerated Payments to Small Business Subcontractors
52.233-3-Protest After Award
52.233-4-Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials (P)
252.204-7003 Control of Government Personnel Work Product
252.204-7006 Billing Instructions
252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7001 Buy American and Balance of Payments Program
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
252.225-7048 Export-Controlled Items
252.232-7010 Levies on Contract Payments
252.232-7011 Payments in Support of Emergencies and Contingency Operations 252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil:
52.212-1-Instructions to Offerors--Commercial Items (P)
52.212-3-Offeror Representations and Certifications -- Commercial Items
52.212-3-Offerors Representations and Certifications-Commercial Items, Alternate I (P)
52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items
52.219-28 Post-Award Small Business Program Representation
52.222-26 Equal Opportunity
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging while Driving
52.232-33 Payment By Electronic Funds Transfer – System for Award Management
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions
5352.201-9101 Ombudsman Clause *
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
5352.242-9001 Common Access Cards (CACs) For Contractor Personnel
(*) indicates the provision or clause is located in Attachment 3
Attachments:
1. Performance Work Statement (PWS), Dated 13 Jan 2019
Kyle A Jones, Contracting Specialist, Phone 6606875434, Fax 6606877083, Email 509cons.sollgcb@us.af.mil