Trade Leads

DOORS NEEDED
Maintenance, repair, and alteration of real property NAICS Code: 238 -- Specialty Trade Contractors/238290 -- Other Building Equipment Contractors This is a Combined Synopsis/Solicitation for a commercial service prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is DDPM 11_0009 and is issued as a Request for Proposal (RFP). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-73, DFARS current to DPN 20140506 and AFAC 2014-0421 . SET ASIDE: This solicitation is being issued as a Small Business Set-Aside in accordance with FAR Part. 19.5 -- under North American Industry Classification System (NAICS) code 238290, with a size standard of $14,000,000. DESCRIPTION - Repair of thirty-seven (37) Roll-Up Doors and the complete replacement of six (6) Roll-Up Doors. Work to be performed in accordance with the attached government provided Statement of Work (SOW). Labor shall be subject to the Service Contract Act of 1965 (41 U.S.C. 351-357) (Wage Determination WD 05-2513 Rev 13 dated 25 Jun 2013). SITE VISIT: A site visit is highly recommended. Contractors interested in attending shall meet at Bldg 1710, 301st Contracting. To obtain a pass to NAS Fort Worth JRB, please email a request providing full name and company to ronald.pyles.1@us.af.mil NLT. Reminder: You will need current, government issued ID, current insurance, and no criminal convictions to gain entry to the base. In addition, weapons are prohibited from the base. REQUIRED SUBMISSIONS: 1. NET Price 2. Technical - Contractors Scope of Work 3. Three (3) References for recent work. Include point of contact name, company name and phone number(s). FUNDING STATUS: This acquisition is currently UNFUNDED. EVALUATION: In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of Lowest Price Technically Acceptable (LPTA). Submissions will be evaluated IAW FAR 13.106-2 & FAR 15.101-2. The lowest price proposal will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed in the SOW. If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated. CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, and 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 52.222-41 -- Service Contract Act of 1965. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.237-1, Site Visit FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7007, Reporting of Government Furnished Property DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Reutilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations FAR 52.252.1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101, Ombudsmen OMBUDSMAN (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 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, concerned parties may contact the Center/MAJCOM, or AFISRA ombudsmen. CONTRACTOR ACCESS TO NAS JRB FORT WORTH. !!! NOTICE!!! NAS FORT WORTH JRB utilizes the RAPIDGate program for installation access 90 day or 1 year passes/badges are available for a fee (Contact the 301 Contracting Flight individual identified in the solicitation/contract for procedures) (a) The contractor shall obtain personal identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on NAS JRB Fort Worth. (b) NAS JRB Fort Worth Access will be granted in accordance with the Installation Access Policy (RAPIDGate). For contracts requiring a daily pass, the primary contractor will be required to submit to the contracting office the following forms: "Application for Activity Access" and a "Request for Employee Access" for each employee and subcontractor employee needing access to the base. For one-day visits (No Fee), the contractor shall submit a request via fax or e-mail to the contracting officer listing the following: reason for visit, contract number if applicable, and names of employees and subcontractor employees needing access to the base. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the NAS JRB Visitor Center the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, vehicle license plate number and valid vehicle insurance certificate 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 DOD Security Police Requirements. (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. (g) Companies can now utilize the on-line enrollment form to enroll in the RAPIDGateŽ Program. Please refer to the website https://eform.rapidgate.com/ for enrollment. The new process is a fast way to enroll at 1 or many installations/facilities 24x7. REGISTRATION / CERTIFICATIONS: Prior to award, selected contactor must complete registration in the System for Award Management (SAM) or be currently registered. Registration in SAM is in order to receive payment for products/services rendered to the Government. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to query the status of contract payment. (Reference: DFARS 252.232-7006, Wide Area Workflow Payment Instructions) SUBMISSION GUIDELINES: Submit all proposals to ronald.pyles.1@us.af.mil. This will be the only US Government point of receipt for proposals for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. NO TELEPHONE INQUIRIES. All questions shall be submitted and answered via email at ronald.pyles.1@us.af.mil Please consult the list of document viewers if you cannot open a file. SOW and WD Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: May 19, 2014 1420_-_SOW_DDPM110009_-_Repair_Roll-Up_Doors_-_9_May... (263.50 Kb) Description: Statement of Work (SOW) for DDPM 11-0009 Repair/Replace Roll-up Doors WD_05-2513_v=13_dated_25_Jun_2013.pdf (26.51 Kb) Description: Wage Determination WD 05-2513 v=13 dated 25 Jun 2013 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: May 20, 2014 1420_-_SOW_DDPM110009_-_Repair_Roll-Up_Doors_-_13_Ma... (265.00 Kb) Description: Statement of Work dated 13 May 2014 WD 05-2513 dated 25 Jun 2013 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) WD_05-2513_v=13_dated_25_Jun_2013.pdf (26.51 Kb) Description: Wage Determination WD 05-2513v13 Dated 25 Jun 2013 Revised SOW dated 30 May 2014 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: May 30, 2014 1420_-_SOW_DDPM110009_-_Repair_Roll-Up_Doors_-_30_Ma... (268.00 Kb) Description: Revised SOW dated 30 May 2014. Includes updated door measurements and required work. Please review carefully as there are numerous changes. Contracting Office Address: 1710 Burke Street Suite 100 Carswell ARB, NAS JRB FT Worth, Texas 76127-6200 Place of Performance: Multiple Air Force Bldgs NAS Fort Worth JRB, Texas 76127 United States Primary Point of Contact.: Ron Pyles ronald.pyles.1@us.af.mil Phone: 8177827598