Agency: | DEPT OF DEFENSE |
---|---|
State: | Washington |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 9, 2024 |
Due: | Apr 16, 2024 |
Solicitation No: | W50S9D24Q5001 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 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.
Solicitation Number W50S9D24Q5001 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, Dated 23 FEB 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 02152024. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 561730 with annual revenue not to exceed $9.5M.
The government intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the BEST VALUE ** Evaluation factors will be Price and Delivery date. Price and delivery date will have equal weight. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.
In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.
Description of Requirement:
Washington Air National Guard
1415 W El Paso Ave Fairchild AFB, Washington
STATEMENT OF WORK
FOR
Install Grass, B375 GJKZ 24-2896
The purpose of this project is to plant grass seed around B375 and ANG memorial site or install sod.
Interested bidders may attend a site visit prior to the bid due date. Interested offerors are encouraged to include any subject matter experts or sub-contractors required for this work. The site visit will be scheduled and advertised by the Contracting Officer (CO).
Submit cost proposals to the CO. All responses must be in writing, using the request for proposal (RFP) form specified in the solicitation. All responses must be received by the date and time specified in the solicitation.
All work shall be accomplished in a professional manner by experienced and qualified tradespersons to the complete satisfaction of the COR.
All work completed under this contract shall be guaranteed by the contractor against defects in materials or workmanship for a period of one year from date of final project acceptance.
All submittals listed below shall be submitted after award at least ten working days prior to use on site, or as noted below.
N/A
N/A
The contractor shall be provided reasonable access to existing electricity, water, and sewer utilities required to perform the work. Any work trailers or offices must be approved by the COR. If additional new temporary utility connections are required, the contractor shall pay for connections and service.
The contractor shall submit a request in writing for material storage or laydown areas not immediately inside the area of work. Exterior laydown requests must include a site plan schematic showing area in reference to existing buildings.
The Contractor shall be responsible for any damage caused to any existing work areas during the entire performance of this project. The Contractor shall be responsible to rectify or replace any equipment damaged without additional expense to the Government.
If the project requires any facility utility outages, the contractor shall provide a written request at least 72 hours before planned outage period and receive approval from 141st CES COR before disconnection.
Adequate on-site parking for contractor vehicles will be designated by the Government.
Contracting Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/.
The contractor shall verify all dimensions, elevations, and site conditions prior to starting construction. The area is approximately 3.8 acres.
Base Bid
Option 1
- END OF STATEMENT -
Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 16 APR 2024. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below.
Buyer: Matthew Richard
Alternate Buyer: Robert Jones
Email: 141MSG.MSC@us.af.mil
Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov
Site Visit: A site visit will be held on 9 APR 2024 at 1000 on Fairchild AFB in BLDG 456 (CE Building Classroom). If a base pass is required, please contact email below at least 3 days prior.
Email: 141MSG.MSC@us.af.mil
Submission of Invoices:
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2024-03, DATED: 23 FEB 2024. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
P = Provisions C = Clauses * = Provision or Clause required to be Full Text
P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation
C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
P-FAR 52.204-7, System for Award Management Registration
C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel
P-FAR 52.204-16, Commercial and Government Entity Code Maintenance
C-FAR 52.204-18, Commercial and Government Entity Code Maintenance
C–FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems
P-FAR 52.204-22, Alternative Line Proposal
P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
P-FAR 52.212-1, Instructions to Offerors-Commercial Items
P-FAR 52.212-2, Evaluation-Commercial Services Evaluation. 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 delivery date of all services in the solicitation are the evaluation criteria. This is a best value decision. This office will consider any late quotes or any late revisions of quotes as non-responsive.
Delivery date is approximately equal to price.
P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
C-FAR 52.212-4, Contract Terms and Condition-Commercial Items
C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
P-FAR 52.217-5, Evaluation of Options
C-FAR 52.217-9, Option to Extend the Term of the Contract
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 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 24 months.
C-FAR 52.219-6, Notice of Total Small Business Set-Aside
C-FAR 52.219-28, Post Award Small Business Representation
C-FAR 52.222-3, Convict Labor
C-FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies
C-FAR 52.222-21, Prohibition of Segregated Facilities
C-FAR 52.222-26, Equal Opportunity
C-FAR 52.222-41, Service Contract Labor Standards – See Wage Rates located after this
Provisions and Clauses section.
C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
P-FAR 52.222-48, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment – Certification
C-FAR 52.222-50, Combating Trafficking in Persons
C-FAR 52.222-51, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements
P-FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services – Certification
C-FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services – Requirements
C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658
C-FAR 52.222-62, Paid Sick Leave Executive Order 13706
C-FAR 52.223-5, Pollution Prevention and Right to Know Information
P-FAR 52.223-1, Bio-based Product Certification
C-FAR 52.223-2, Affirmative Procurement of Bio-Based Products Under Service and Construction Contracts
P-FAR 52.223-4, Recovered Material Certification
C-FAR 52.223-5, Pollution Prevention and Right to Know Information
C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products
C-FAR 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts
C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
C-FAR 52.225-13, Restrictions on Certain Foreign Purchases
C-FAR 52.223-20, Aerosols
C-FAR 52.223-21, Foams
C-FAR 52.225-13, Restrictions on Certain Foreign Purchases
C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
C-FAR 52.232-39, Unenforceability of Unauthorized Obligations
C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
C-FAR 52.233-3, Protest After Award
C-FAR 52.233-4, Applicable Law for Breach of Contract Claim
P-FAR 52.237-1, Site Visit
C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments
C*-FAR 52.252-2, Clauses Incorporated by Reference – SEE http://farsite.hill.af.mil
C*-FAR 52.252-6, Authorized Deviations in Clauses
C-DFARS 252.201-7000, Contracting Officer’s Representative
C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
C-DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information
C-DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
C* - DFARS 252.211-7003, Item Unique Identification and Valuation
C-DFARS 252.211-7008, Use of Government-Assigned Serial Number
P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium
P*-DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate
C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program
C-DFARS 252.225-7031, Secondary Arab Boycott of Israel
C-DFARS 252.225-7048, Export-Controlled Items.
C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions
C-DFARS 252.232-7010, Levies on Contract Payments
C-DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
C-DFARS 252.239-7001, Information Assurance Contractor Training and Certification
C-DFARS 252.244-7000, Subcontracts for Commercial Items
P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III
C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities
P* - DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate
C-DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program
C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
C-FAR 52.203-3, Gratuities
C-FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government – Alternate 1
C-FAR 52.203-16, Preventing Personal Conflicts of Interest
C-FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper
P-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data
C-FAR 52.219-8, Utilization of Small Business Concerns
C-FAR 52.219-14, Limitations on Subcontracting
C-FAR 52.222-17, Nondisplacement of Qualified Workers
C*-FAR 52.222-35, Equal Opportunity for Veterans
C-FAR 52.222-37, Employment Reports on Veterans
C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation Act
C-FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
C-FAR 52.222-54, Employment Eligibility Verification
C* FAR 52.223-9, Estimate Percentage of Recovered Material Content for EPA-Designated Products
C-FAR 52.228-5, Insurance – Work on a Government Installation
P* FAR 52.233-2, Service of Protest
P – DFARS 252.215-7007, Notice of Intent to Resolicit
P - DFARS 252.215-7008, Only one Offer
C – DFARS 252.225-7012, Preference for Certain Domestic Commodities
P* DFARS 252.225-7020, Trade Agreements Certificate
C – DFARS 252.225-7021, Trade Agreements
P – DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
C – DFARS 252.243-7002, Request for Equitable Adjustment
P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea
C – DFARS 252.247-7023, Transportation of Supplies by Sea
Mar 22, 2024 | [Combined Synopsis/Solicitation (Original)] Install Grass |
Apr 12, 2024 | [Combined Synopsis/Solicitation (Updated)] Install Grass- **ADDED Q&A from site visit and SCA WD |
With GovernmentContracts, you can:
Follow General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
Federal Agency
Bid Due: 5/10/2024
Follow Project 668-CSI-008, Expand and Renovate Building 27 for Additional MRI Active Contract
Federal Agency
Bid Due: 5/06/2024
2022-126 RFP Monthly Utility Bills Printing and Mailing Services Closes 06/16/ 2022 @2:00
Kitsap County
Bid Due: 6/16/2024
Solicitation Title Solicitation Type Status Posting Date Open Date Close Date Details KC001060,1
King County
Bid Due: 4/30/2024