Demolition of Bldg. 1887

expired opportunity(Expired)
From: Federal Government(Federal)
FA462619Q0092

Basic Details

started - 04 Oct, 2019 (about 4 years ago)

Start Date

04 Oct, 2019 (about 4 years ago)
due - 17 Oct, 2019 (about 4 years ago)

Due Date

17 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA462619Q0092

Identifier

FA462619Q0092
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE AIR FORCE (60416)AFGSC (4076)FA4626 341 CONS LGC (601)
[object Object]

SetAside

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

Attachments (7)

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.

Added:Oct 02, 2019 4:24 pmModified:Oct 03, 2019 5:11 pmTrack ChangesMALMSTROM AFB, MTDemolition of Bldg. 1887(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, 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.(ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-19-Q-0092.(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.(iv) This procurement is being solicited as a total small business set aside. The North American Industry Classification System (NAICS) code is 238910 with a small business size standard of $16.5M.(v) Requirement: When submitting your quotation, please structure your
Contract Line Item Numbers (CLINs) to the following format:CLIN Item Quantity Quantity0001 Mobilization. Measurement and payment for this item shall include all costs related to general contract requirements, administration, and overhead and shall be merged and included in the contract lump sum price for "Mobilization". The cost of all insurance, permits, security processes, licenses, safety, fees, taxes, purchasing permits and licenses, utility location, shop drawings and samples, general administration and overhead, movement of equipment, tools, project superintendent and workmen, quality control, storm water control, and other incidental work required for occupying the site and performing the work shall be merged and included in the contract lump sum price for Mobilization. Job 10002 Demolition. Measurement and payment for this item shall be at the contract lump sum price for "Demolition". Payment shall include all costs for labor, materials, and equipment associated the complete removal and disposal of building 1887 foundations, structures, sidewalks, landscaping, and slabs within the designated demolition area, efforts to avoid damaging in place vegetation, and the replacement of vegetation if damaged, cleanup, and all other incidental items necessary to complete the work. Job 10003 Utility Removal. Measurement and payment of this item shall be at the contract lump sum price for "Utility Removal". Payment shall include all costs for labor, materials, and equipment associated with, excavation and backfill, removal and disposal of old pipe or wiring, and cutting/capping/grouting utilities noted on the plans for removal. Work also includes excavation, backfill, compaction, cleaning, and all other incidental items necessary to complete the work. Job 1004 Site Improvements. Measurement and payment of this item shall be at the contract lump sum price for "Site Improvements". Payment shall include all costs for labor, materials, and equipment for construction staking, strip, stockpile and replace topsoil; erosion control, grading, and importing suitable material if needed to bring the site to grade. Work also includes providing and installing seed, fertilizer and watering to maintain the grasses until they are established, cleanup and all other incidental items necessary to complete the work.Job 1(vi) Please refer to the attached specifications for all requirements.(vii) Period of Performance: Due to winter exclusion the project should be completed within 242 days after notice to proceed.(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition.FAR 52.212-1 Addenda:A. Offerors' quotation shall conform to the required specifications as referenced in paragraph (vi) above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed incomplete and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications as attached to this solicitation. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications.B. For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base 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. or foreign 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/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance.C. Prospective offerors shall be registered in the System for Award Management (SAM) database when submitting an offer or quotation, and shall continue to be registered until time of award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchasing agreement resulting from this solicitation. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Notice: Effective 11 June 2018, entities registering in SAM (and those renewing expired registrations) will be required to submit a notarized letter appointing their authorized Entity Administrator. Information regarding this requirement can be found at the following link: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183.D. Notice to Offerors/Suppliers: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.Your quotation must remain valid for 60 days. The expiration date of your quotation must be clearly marked.E. The specific Ombudsman information for this acquisition is: if resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICA/KG, COLONEL TOMMY M. GATES III, 66 Kennedy Avenue, Suite 233, Barksdale AFB, LA 71110, phone number (318) 456-6336, email address ig.afica_kg.workflow@usaf.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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.(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision:B. Evaluation shall be conducted as follows:1. Completeness - Does the offer conform and provide all requirements outlined within the solicitation? This includes but is not limited to completing FAR 52.212-3 Representations and Certifications within System for Award Management.2. Price - Offerors submitting an acceptable quote shall be sorted by price in ascending order from lowest priced to highest priced. The burden of proof for credibility of proposed pricing rests with the offeror.(x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition.(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)52.204-25 Prohibition on Contracting for Certain Telecommunications andVideo Surveillance Services or Equipment. (AUG 2019)52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).52.233-3 Protest After Award (Aug 1996).52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004).52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2).52.222-3 Convict Labor (June 2003) (E.O. 11755).52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).52.222-21 Prohibition of Segregated Facilities (Apr 2015).52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246).52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).52.222-50 Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.225-26 Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee Class Monetary Wage Fringe BenefitsMaintenance Carpenter $25.25 $9.15Maintenance Electrician $26.96 $9.77Laborer $13.74 $4.98Heavy Equipment Operator $26.96 $9.77Maintenance Plumber $25.25 $9.1552.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014)52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).(End of Clause)(xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices:52.203-5 Covenant Against Contingent Fees (May 2014)52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)52.203-7 Anti-Kickback Procedures. (May 2014)52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orImproper Activity. (May 2014)52.203-10 Price or Fee Adjustment for Illegal or Improper Activity. (May 2014)52.203-12 Limitation on Payments to Influence Certain Federal Transactions.(Oct 2010)52.203-13 Contractor Code of Business Ethics and Conduct.52.204-7 System for Award Management (Oct 2018)52.204-13 System for Award Management Maintenance (Oct 2018)52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013)252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)252.225-7048 Export-Control Items (Jun 2013)252.232-7003 Electronic Submission of Payment Requests (Dec 2018)252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing on Contract Modifications (Dec 1991)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.247-7023 Transportation of Supplies by Sea-Basic (Feb 2019)5352.201-9101 Ombudsman (Jun 2016)5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)5352.223-9001 Health And Safety On Government Installations (Nov 2012)5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)(xiv) Defense Priorities and Allocations System (DPAS) is not applicable.(xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Thursday, 17 October 2019. Quote must be emailed to 2d Lt Henry Camp at email: henry.camp@us.af.mil; or faxed to commercial: 406-731-4166 to the attention of: 2d Lt Henry Camp. Please follow-up quote submission with an email/call to ensure receipt.Any and all questions for this requirement will be due to the Contracting Squadron no later than (NLT) 2:00 PM MST on Thursday, 14 October 2019.(xvi) Direct your questions to 2d Lt Henry Camp at commercial: (406) 731-4166 or e-mail: henry.camp@us.af.mil or Jayce Blood at commercial: (406) 731-3625 or e-mail: jayce.blood@us.af.mil(xvii) Wage DeterminationThe Department of Labor Wage Determination Number 15-5391, (Rev. 8), dated 07/26/2019, is incorporated by reference. The full text can be accessed electronically at: beta.SAM.govAttachments:Attachment 1 Wage DeterminationAttachment 2 Specification SheetAttachment 3 Installation Perimeter Access ControlAttachment 4 Asbestos SurveyAttachment 5 DrawingsA site visit will be conducted at Malmstrom AFB on 15 October. Any Interested parties should be at the base visitor center at 12:15 Mountain Standard Time.

Malmstrom AFB Great Falls,    Montana    59405 United StatesLocation

Place Of Performance : Malmstrom AFB

Country : United StatesState : MontanaCity : Malmstrom Air Force Base

Classification

238 -- Specialty Trade Contractors/238910 -- Site Preparation Contractors
naicsCode 238910Site Preparation Contractors
pscCode 38CONSTRUCT/MINE/EXCAVATE/HIGHWY EQPT