B250 Fire Restoration

Agency:
State: Minnesota
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 11, 2024
Due: Mar 20, 2024
Publication URL: To access bid details, please log in.
Follow
B250 Fire Restoration
Active
Contract Opportunity
Notice ID
W50S7F24Q0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NG USPFO ACTIVITY MNANG 148
Looking for contract opportunity help?

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).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 11, 2024 08:37 am CDT
  • Original Published Date: Feb 21, 2024 10:15 am CST
  • Updated Date Offers Due: Mar 20, 2024 01:00 pm CDT
  • Original Date Offers Due: Mar 05, 2024 01:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 04, 2024
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Duluth , MN 55811
    USA
Description View Changes

****CHANGE LOG 2, 11 MARCH 2024****



The purpose of this modification is to extend the solicitation time from closing on Friday, 15 March 2024, at 1:00pm CST to Wednesday, 20 March 2024, at 1:00pm CST.



All other terms and conditions remain unchanged.



****CHANGE LOG 1, 28 FEBRUARY 2024****



The purpose of this modification is to extend the solicitation time from closing on Wednesday 5 March 2024, at 1:00pm CST to Friday, 15 March 2024, at 1:00pm CST.



All other terms and conditions remain unchanged.





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 236220 applies to this solicitation; business size standard is $45 million dollars. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.





FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.



52.232-18 Availability of Funds (APR 1984)





The following is needed:






  1. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform fire restoration and cleaning services as defined in the Performance Work Statement (PWS). Location of services provided is Building 250 (B250) at the 148th Fighter Wing in Duluth, MN.






  1. The objective is to restore B250 to pre-fire condition to include the following:








    • Inspection and assessment of facility to determine degree and extent of damage

    • Removal of smoke odor and soot from all surfaces including walls, ceilings, floors, and other surfaces

    • Cleaning of the ducted HVAC systems







A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:






  1. Small business;

  2. Service-disabled veteran-owned small business;

  3. Women-owned small business (WOSB) under the WOSB Program;

  4. Economically disadvantaged women-owned small business under the WOSB Program; or

  5. Historically underutilized business zone small business.











Preparing and Submitting your Quote:



Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates.





Preferred CLIN structure:





CLIN0001: B250 Fire Restoration, 1 Job





All questions and quotes must be directed to the 148th Fighter Wing Contracting Officer via email at rebecca.dimler@us.af.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer’s discretion.





Place the solicitation number in the subject line of any email.





Evaluation:



The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government and on the basis of a Best Value approach. Quotes will be evaluated using price, technical, and past performance. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings.





The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waiver informalities and minor irregularities in offers received.





GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov.





Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.





Site Visit:



Site visit is planned for 27 Feb 2024, 10:00AM. Contracting Office. 4685 Viper Street, Duluth MN 55811.For access to base please fill out attached form (148FW 66). Submit one form per attendee to the Contracting Officer, electronically, 4 days prior by close of business 23 Feb 2024.





Alternative ad hoc Site Visit dates will be entertained based on availability and competition needs.





Provision by reference: FAR 52.237-1 Site Visit (APR 1984)





The selected Offeror must comply with the following Clauses, which are incorporated herein by reference:





52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services… (NOV 2021)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)



52.204-30 Federal Acquisition Supply Chain Security Act Orders—Prohibition (DEC 2023)



52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2022)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (MAR 2023)



52.219-6 Notice Of Total Small Business Set-Aside (NOV 2020)



52.219-28 Post-Award Small Business Program Representation (MAR 2023)



52.222-19 Child Labor -- Cooperation with Authorities and Remedies (DEC 2022)



52.222-20 Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020)



52.222-21 Prohibition Of Segregated Facilities (APR 2015)



52.222-26 Equal Opportunity (SEP 2016)



52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUN 2020)



52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)



52.222-37, Employment Reports on Veterans (JUN 2020)



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 (NOV 2021)



52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)



52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016)



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (JUN 2020)



52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



52.233-2 Service of Protest (SEP 2006)



52.233-3 Protest after Award (AUG 1996)



52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984)



52.237-3 Continuity of Services (JAN 1991)



52.252-2 Clauses Incorporated By Reference (FEB 1998)



52.252-6 Authorized Deviations In Clauses (NOV 2020)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (JAN 2023)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252.204-7006 Billing Instructions (OCT 2005)



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Dev 2012-O0004) (JAN 2012)



252.211-7003 Item Unique Identification and Valuation (JAN 2023)



252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)



252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)



252.223-7998 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanic Acid (Dev 2022-O0010) (DEC 2023)



252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022)



252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (JAN 2023)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)



252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JAN 2023)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JAN 2023)



252.243-7001 Pricing Of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (JAN 2023)



252.247-7023 Transportation of Supplies by Sea (JAN 2023)





Provisions



52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017)



52.204-7 System for Award Management (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-17 Ownership or Control of Offeror (AUG 2020)



52.204-20 Predecessor of Offeror (AUG 2020)



52.204-22 Alternative Line Item Proposal (JAN 2017)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)



52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (DEC 2023)



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (NOV 2023) AND Alt 1 (OCT 2014)



52.219-1 Small Business Program Representations (SEP 2023)



52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (JAN 2022)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation (DEC 2016)



52.225-18 Place of Manufacture (AUG 2018)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (JUN 2020)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)



252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023)



252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (NOV 2014)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region—Certification (DEC 2022)



252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APR 2021)





Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.





252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)





(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 Supplement (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.sam.gov; and





(2) Be registered to use WAWF at https://piee.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://piee.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:





(1) Document type. The Contractor shall submit payment requests using the following document type(s):





(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.





(ii) For fixed price line items—





(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.





Invoice and Receiving Report OR COMBO



(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.





N/A





(iii) For customary progress payments based on costs incurred, submit a progress payment request.





(iv) For performance based payments, submit a performance based payment request.





(v) For commercial financing, submit a commercial financing request.





(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.





(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



CLIN(s)



0001



Pay Official DoDAAC



F87700



Issue By DoDAAC



W50S7F



Admin DoDAAC **



W50S7F



Inspect By DoDAAC



BLOCK #15



Ship To Code



BLOCK #15



Ship From Code



____



Mark For Code



____



Service Approver (DoDAAC)



____



Service Acceptor (DoDAAC)



____



Accept At Other DoDAAC



____



LPO DoDAAC



____



DCAA Auditor DoDAAC



____



Other DoDAAC(s)



____





(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.



Rebecca.dimler@us.af.mil





(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.



(End of clause)



NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.



Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.





To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:





National Guard Bureau



Office of the Director of Acquisitions/ Head of Contracting Activity



ATTN: NGB-AQ-O



111 S. George Mason Dr.



Arlington, VA 22204



Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil





All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR MNANG DO NOT DELETE 4685 VIPER ST
  • DULUTH , MN 55811-6012
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.