Air Park Restoration

expired opportunity(Expired)
From: Federal Government(Federal)
F440719QA034

Basic Details

started - 21 Aug, 2019 (about 4 years ago)

Start Date

21 Aug, 2019 (about 4 years ago)
due - 27 Aug, 2019 (about 4 years ago)

Due Date

27 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
F440719QA034

Identifier

F440719QA034
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (698429)DEPT OF THE AIR FORCE (59588)AMC (72085)FA4407 375 CONS LGC (342)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(v) Contract line item number (CLIN)-Provide pricing for each CLIN with your response**See ATTACHMENT 1 for CLINs** (vi) Description of Requirements:(vii) The Government desires FOB Destination, Scott AFB, IL.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition.Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, https://www.acquisition.gov/.ADDENDA TO 52.212-1:A HIGHLY RECOMMENDED site visit will be held on Monday, 19 August 2019 at 10:00 a.m. CST at Scott AFB, IL. Offerors shall contact the contract specialist, SrA Nicholas Brown 618-256-9272, or email nicholas.brown.72@us.af.mil or the contracting officer, Mrs. Celina Campbell, 618-256-9270, or email celina.campbell@us.af.mil
by 12:00 p.m. CST on Wednesday, 21 August 2019, to confirm attendance. All interested parties will meet at the Scott AFB Visitor's Center located at the Shiloh gate at 10:00 a.m. CST. (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition.(a) 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 other factors considered. For this acquisition, the following factors shall be used to evaluate offers:- Price- Technical capability of the proposal offered to meet the Government requirement- Past Performance*Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2.*All contractors shall submit (along with their quotes) references of at least two (2) prior customers with whom they held a contract for a similar and recent project. References should include the previous contract number and customers' name, phone number, email address, and organization.(End of Provision)(x) Offerors must include (along with their quote) a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. A copy of paragraphs (c) through (p) can be obtained at https://www.acquisition.gov/.(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019), applies to this acquisition.The following Clauses are by Reference:FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)FAR 52.204-13, System for Award Management Maintenance (Oct 2018)FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015)FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013)FAR 52.222-3, Convict Labor (Jun 2003)FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26, Equal Opportunity (Sept 2016)FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015)FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014)FAR 52.222-37, Employment Reports on Veterans (Feb 2016)FAR 52.222-41, Service Contract Labor Standards (Aug 2018)FAR 52.222-50 Combating Trafficking in Persons (Jan 2019)FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015)FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.247-34, F.O.B. Destination (Nov 1991)DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015)DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)DFARS 252.204-7004, Alt A, System for Award Management (Feb 2019)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001 (OCT 2016)DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (MAY 2016)DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)DFARS 252.225-7001, Buy American and Balance of Payments Program (DEC 2017)DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017)DFARS 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)DFARS 252.232-7006, Wide Area Workflow Payment Instructions (DEC 2018)DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012)DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013)DFARS 252.247-7023, Transportation of Supplies by Sea (FEB 2019)AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012)AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)The following clauses are full text:52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.As prescribed in 4.2105(b), insert the following clause:Prohibition on Contracting for Certain Telecommunications and VideoSurveillance Services or Equipment (AUG 2019)(a) Definitions. As used in this clause--Covered foreign country means The People's Republic of China.Covered telecommunications equipment or services means--(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);(2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonablybelieves to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.Critical technology means--(1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or(ii) For reasons relating to regional stability or surreptitious listening;(3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);(4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or(6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104. (c) Exceptions. This clause does not prohibit contractors from providing--(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.(d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:(i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.52.222-42 -- Statement of Equivalent Rates for Federal HiresStatement of Equivalent Rates for Federal Hires (May 2014)In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.This Statement is for Information Only:It is not a Wage DeterminationEmployee Class Monetary Wage -- Fringe Benefits23050, Aircraft Painter, WG-9 $29.78 per hour plus 36.25% Estimate for Fringe Benefits(End of Clause)5352.201-9101, Ombudsman (Jun 2016)OMBUDSMAN (Jun 2016)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 Center/MAJCOM ombudsman, Ms. Susan R. Madison, AFICA KMP, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: susan.madison@us.af.mil. 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)  The following provisions are by reference:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018)DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016)DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015)DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (OCT 2016)DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011)DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Mar 2018)(xiii) No additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are necessary for this acquisition.(xiv) QUOTES ARE DUE to SrA Nicholas Brown via email address nicholas.brown.72@us.af.mil NO LATER THAN 12:00 P.M. CST ON 27 August 2019.(xv) Questions concerning the requirement are due no later than 12:00 P.M. CST ON 21 August 2019.PERIOD FOR ACCEPTANCE OF QUOTES:The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes.Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above.The point of contact for this acquisition is Nicholas Brown: phone 618-256-9272; nicholas.brown.72@us.af.mil. In the event this individual is not available, contact Ms. Celina Campbell: phone 618-256-9270; e-mail celina.campbell@us.af.mil.The following provision is in full text:52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.As prescribed in 9.104-7 (d), insert the following provision:Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.(b) The Offeror represents that-(1) It is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and(2) It is ( ) is not ( ) a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.(End of provision)               REAL ID ACT INFORMATION SHEETPassed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards.The following states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until: 28 Feb 2020 N. Marianas10 Oct 2019Maine Oklahoma A.Samoa Oregon New JerseyThe following states/territories are compliant with the REAL ID Act:Alabama Arizona Arkansas Colorado ConnecticutDelaware DC Florida Georgia HawaiiIndiana Iowa Kansas Louisiana MarylandMichigan Mississippi Nebraska Nevada New MexicoNew York N. Carolina Ohio S. Dakota TennesseeTexas Utah Vermont West Virginia WisconsinWyoming S. Carolina Idaho N. Dakota Puerto Rico Washington N. Hampshire Massachusetts GuamVirginia Minnesota Illinois Virgin IslandsCalifornia Rhode Island Alaska Montana MissouriPennsylvania KentuckyBelow are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License:- United States Passport or Passport Card, not expired- Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule- An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information- Personal Identification Verification (PIV) card issued by Federal Government- Veterans health Identification Card issued by U.S. Department of Veterans Affairs- Interoperable (PIV-I) cards issued by No-Federal Government entities- Certificate of Naturalization/ Certificate of Citizenship (form N-550)- Permanent Resident Card/Alien Registration Receipt Card (Form I-551)- DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST)- Border Crossing Card (Form DSP-150)- An employment authorization document that contains a photograph (Form I-766)- U.S. Coast Guard Merchant Mariner Cards Credentials- U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550) and U.S. Permanent Resident Card (Form I-551)- U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph- A Foreign Government Issued PassportPlease contact Pass and Registration at 256-3020/ 2008 if you have any questions or need additional information. 

Heritage Park, Shiloh Gate, Scott Air Force Base, IL, 62225 Scott Air Force Base , Illinois 62225 United StatesLocation

Place Of Performance : Heritage Park, Shiloh Gate, Scott Air Force Base, IL, 62225

Country : United States

You may also like

CALAMITY CAMP RESTORATION

Due: 07 Dec, 2025 (in 20 months)Agency: BUREAU OF LAND MANAGEMENT

Classification

238 -- Specialty Trade Contractors/238320 -- Painting and Wall Covering Contractors
naicsCode 238320Painting and Wall Covering Contractors
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products