United States - Vent Hood Cleaning Recompete

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
28 June 2019
Opportunity publication date
19 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 17, 2019 4:49 pm

This is a combined synopsis and solicitation for the following commercial services:

Vent Hood Cleaning Recomplete
1. This synopsis and solicitation is 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. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA4661-19-Q-0006 Vent Hood Cleaning Recomplete in accordance with FAR Part 13 -- Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. All firms or individuals responding must be registered with the System for Award Management (SAM) (www.sam.gov) IAW FAR 52.204-7. This procurement is being issued as a 100% small business solicitation. The North American Industrial Classification Standard (NAICS) code for this acquisition is 561790 Other Services to Buildings and Dwellings. For the purpose of this procurement the small business size standard is $7,500,000. All quotes shall be valid for a period of 90 days from the date quotations are due.
2. Contract Type/Scope: The 7th Contracting Squadron at Dyess AFB TX intends to award a Firm-Fixed Price (FFP) contract from this solicitation for the services described in the Performance Work Statement (PWS). The Government has a need for a Contractor to provide all management, tools, supplies, equipment, and labor necessary to degrease and decontaminate vent hoods and their components as defined in the attached Performance Work Statement (PWS) except for those items specified as Government Furnished Property (GFP) and services.
3. Performance period: One (1) 12 month base period plus four (4) twelve-month option periods and 6 month option to extend services.
4. Evaluation: All offers will be ranked based on price from the lowest priced offer to the highest price offer. Award will be made to the lowest priced technically acceptable and responsible offeror whose technical proposal conforms to the RFQ.
5. Site Visit: A site visit will be held on 21 June 2019 at 10:00 a.m. (CST). Please RSVP with A1C Yeongsoo Jeon via email at yeongsoo.jeon.2@us.af.mil
6. All questions pertaining to this requirement must be submitted and received via email to yeongsoo.jeon.2@us.af.mil no later than 2:00 p.m. (CST), 24 June 2019. Answers to any and all questions received will be posted to FBO.gov no later than 3:00 p.m. (CST) on 26 June 2019.
7. QUOTE SUBMISSION: All quotes must be emailed to A1C Yeongsoo Jeon at yeongsoo.jeon.2@us.af.mil and have SrA Chandler Johnson at chandler.johnson.2@us.af.mil cc'd on the email. Quotes are required to be received no later than 2:00 p.m. (CST) on 28 June 2019.
ONLY ELECTRONIC COPIES WILL BE ACCEPTED. Your offer shall include, but is not limited to the following:
a) Price Proposal: Complete pricing sheet including all CLINS using the required Offeror's Information pages 1-7
b) Technical Proposal: Complete the technical proposal which includes the company's capability, understanding of the requirement, and Class A Air Conditioning and Refrigerator License.
c) Reps and Certs: Copy of representations and certifications from SAM or 52.212-3 filled out.

PERFORMANCE WORK STATEMENT FOR VENT HOOD SERVICE CONTRACT
1. DESCRIPTION OF SERVICES: The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to degrease and decontaminate all vent hoods and their components as defined in paragraph 1.1.1 of this PWS, at Dyess AFB, TX. The period of performance for this contract will be from 1 Oct 2019 - 30 Sep 2020 with four option years. The vent hoods to be serviced are in the following locations:
VENT HOOD LOCATIONS
Bldg. # Function Qty Location
6132 Longhorn Dining Facility 7 2 - serving line C-1&2
5 - food prep area
A-1,2&3 B-1&2
5013 Fire Station 1 Kitchen
6219 Chapel 1 Kitchen
8150 Child Development Center 1 Kitchen
11902 Youth Center 1 Kitchen

1.1 MAINTENANCE SERVICES: All vent hoods must be cleaned in accordance with NFPA 96 and pass the Dyess Fire Protection hood and duct cleaning inspection. Decontamination shall consist of the removal and disposal of grease, dirt, lint, dust, oily residue and other combustible or flammable substances from the interior and exterior surfaces of exhaust systems. The contractor shall call the Fire Department at 325-696-2486 when work at each building is nearing completion so that post-cleaning fire inspections can be performed.
1.1.1 The contractor is responsible for the degreasing and decontamination of the vent hoods and their following components:
1.1.1.1 GREASE OR VAPOR EXHAUST DUCT SYSTEMS shall comprise the duct system proper throughout its entirety including the fan and blower housing, fan, fan wheel and other appurtenances, except the exterior of hoods and motor interiors.
1.1.1.2 BLOWER UNITS shall comprise the complete blower assembly including structural frame assemblies, housing, fan blades, shafts, braces, louvers and other appurtenances.
1.1.1.3 EXHAUST FANS shall comprise the complete fan assembly including structural frame assemblies, housing, fan blades, shafts, braces, louvers, 2-inch drainpipe assembly, and other appurtenances.
1.1.1.4 ACCESS PANELS all special access panels, the installation of which is required solely to enable the contractor to utilize his equipment, shall be installed by the Contractor to the satisfaction of the Government Inspector and at no expense to the government. In the event new access panels are required, they shall be installed in the following manner. Openings made shall be fitted with sheet metal screws and properly caulked to prevent a loss of air, and escape of grease or other combustible substances. In addition access panel installation shall be in accordance with NFPA 96 and pass inspection of the Fire Dept. Damage to duct systems occasioned by this function shall be repaired by skilled personnel at no expense to the Government.
1.1.2 Scheduling.
1.1.2.1 Bldg. 6132: Work shall be performed four (4) times during the year at three (3) month intervals in accordance with scheduling requirements contained in para 1.1.2.4.
1.1.2.2 Bldgs. 5013, 8150, & 11902: Work shall be performed twice during the year at six (6) month intervals in accordance with scheduling requirements contained in para 1.1.2.4.
1.1.2.3 Bldg. 6219: Work shall be performed once during the year at twelve (12) month intervals in accordance with scheduling requirements contained in para 1.1.2.4.
1.1.2.4 Contractor shall notify Contracting Officer and Contracting Officer Representative in writing a minimum of seven (7) days prior to performance. The quarterly cleaning visits shall be accomplished during November, February, May and August. For the semiannual visits, cleaning shall be accomplished during February and August. For the annual visits, cleaning shall be accomplished during February. Each cleaning shall be accomplished in 14 calendar days, starting with the 1st working day of each month. The contractor shall notify the CO and COR by phone, fax, or E-mail if unable to work on the scheduled day. A make-up service call will then be scheduled no later than seven (7) days after the originally scheduled date of service. The contractor shall notify the COR, either by phone (325-696-2757) or in person at Bldg. 8008, once they have arrived on base to perform scheduled maintenance.
1.1.3 Reports. The contractor shall prepare and submit a written statement to the appointed COR and CO within 5 business days of the monthly service only if there are any discrepancies to report. The report shall identify the date of service, location, and repairs needed.
1.2 SAFETY PROCEDURES: The contractor shall perform their work in strict accordance with the standards set forth by the National Board of Fire Underwriters (Volume II, National Fire Codes), the National Safety Council and all other accredited standards and codes in order to minimize the possibility of damage to installed machinery and equipment.
1.2.1 The Contractor shall use only electrical equipment and appliances, which have been classified as "Explosion Proof" by the Underwriter's Laboratories and bear the approval label of that organization. Industrial vacuum machines, pneumatic exhausters, pneumatic blowers, compressors and other equipment shall be of sufficient capacity to insure maximum results and safety.
1.2.2 Mechanical tools, cutting devices, scrapers and similar equipment that are used by the contractor in critical areas shall be non-sparking.
1.2.3 The Contractor shall be prohibited from transporting to or using upon the premises of base any detergent, solvent, decarbonizer or other cleaning agent that possesses flammable, combustible or explosive characteristics.
1.2.4 The Contractor shall also certify that all other chemicals to be utilized in the performance of this work shall be non-toxic, non-corrosive, odorless, and non-flammable.
2. SERVICE DELIVERY SUMMARY:
PERFORMANCE OBJECTIVE PWS Para Performance Threshold
All vent hoods must be cleaned and pass the COR and Fire Department inspection. 1.1 100% Compliance with NFPA 96 Standards

3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government shall provide reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor shall provide all equipment and storage media necessary to perform tasks.
3.1 Toilet Facilities. Use of existing toilet facilities in the immediate work area will be permitted. Contractor personnel shall ensure facility cleanliness is maintained at all times.
3.2 Security Police and Fire Protection. The government shall provide general on-base security police and fire protection service. Security police phone extension is 696-2131 for emergencies, and 696-4100 for routine calls. Fire protection emergency phone is 911 from any on-base phone, 696-2117 from cell phones. Routine fire protection issues can be called in to 696-2486.
3.3 Telephone. The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized.
3.4 Damage to Property or Equipment: The Contractor, at his own expense, shall repair any damage to Government property or equipment that can be attributed to the Contractor. Said repairs shall be made by a skilled workman, and to the satisfaction or the Contracting Officer or a designated representative.
4. GENERAL INFORMATION:
4.1 Hours of Operation. Working hours for the contractor shall normally be between the hours of 0700-1600 excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor shall make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available from assigned contract administrators or quality assurance personnel, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days.
4.1.1.1 Because of the meal service schedule at B-6132, Longhorn Dining Facility, the contractor shall be required to conduct maintenance visits at that location during evening hours. The service/maintenance visit schedule will be coordinated so as to meet the end user's requirements.
4.1.1.2 Maintenance visits at other food service facilities will be coordinated so as not to conflict with the respective meal service schedules. It is anticipated the maintenance visits can be coordinated to occur during the normal work hours specified in para 4.1.
4.2 Performance During a National Crisis. During a declared national crisis, the base commander shall determine which services will be considered essential for performance during a crisis in accordance with DoDI 3020.37, which can be found at: http://www.dtic.mil/whs/directives/corres/pdf/302037p.pdf This information will be passed down thru the Contracting Officer to the contractor along with the specified hours of operation if applicable.
4.3 Quality Control. The contractor is responsible for maintaining quality control over all services provided under this contract. Records of quality control inspections and corrective actions taken shall be made available to the Government upon request.
4.4 Quality Assurance. A government representative shall be designated to inspect work performed by the Contractor. The COR shall conduct inspections using 100 percent inspection checklists. Government personnel shall record all surveillance observations. Observations that indicate improper performance will be brought to the attention of the Contractor's representative for corrective action. The Contractor shall correct the condition at no additional cost to the Government.
4.5 Safety and Health. All holes/pits/trenches/man way openings, etc., that are to be left open shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole.
4.5.1 OSHA Requirements. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 30 Nov 14, located at: http://www.usace.army.mil/publications/eng-manuals/em385-1-1/toc.htm.
4.5.2 State Requirements. All companies who conduct business within the state of Texas must, in accordance with Texas Workman Compensation laws (Texas House Bill 62), have an approved company safety policy and an Accident Prevention Plan. The plan, approved by the Texas Workman Compensation Commission (TWCC), shall be submitted For Information Only (FIO) in accordance with paragraph SUBMITTAL REQUIREMENTS. In addition to meeting the TWCC requirements; the plan must also include the requirements of EM 385-1-1.
4.6 Disposition of Waste, Excess, Scrap, and Salvage Materials. The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor - unless specifically excepted below. Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations. Following is a list of materials (Exceptions) that will be generated as a result of this contract and shall be turned-into the Government at a location at Dyess AFB designated by the Contracting Officer.
Exceptions: None.
4.7 Radiation Permits and Authorizations. Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Dyess AFB Radiation Safety Officer (RSO), 7 ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Dyess AFB must be forwarded to 7 ADOS/SGGB, 697 Hospital Road, Dyess AFB, TX 79607-1367 (this is mailing address, physical address is 880 Third St.) or (325)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors shall not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (7 ADOS/SGGB) a copy of contractor's radioactive materials permit and training certificates, if radioactive material will be brought onto Dyess AFB.
4.8 Confined Space Entry. It is not anticipated a confined space entry program will be required in performance of the vent hood service contract.
4.9 Clean Up. The Contractor shall, at all times, keep the construction site and storage area(s) free from accumulation of waste, rubbish, or construction debris. All loose or lightweight materials shall be secured to prevent blowing or scattering. Each evening and while no one is at the work site, the gate will be secured. The burning of trash or construction debris is strictly prohibited on Dyess AFB. Prior to final inspection, the Contractor shall remove all construction debris, tools, equipment, and materials not the property of the Government. Upon completion of the work, the Contractor shall leave the work site and storage area(s) in a clean, neat and workmanlike condition satisfactory to the Contracting Officer.
4.9.1 Any building or equipment component that must be removed or otherwise moved out of the way by the contractor in order to perform the scheduled cleaning shall be reinstalled and re-secured by the contractor prior to leaving the work area. This includes any roof-mounted components.
4.9.2 The contractor shall ensure all walking surfaces are clean and dry before leaving the work area.
4.10 Security Requirements.
4.10.1 Levels of Security. Dyess AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Dyess AFB in question.
4.10.1.1 The lowest level of security exists in "GENERAL ACCESS" areas. These areas are all of Dyess AFB outside of the "USAF Controlled" and "USAF Restricted" areas.
4.10.1.2 "USAF Controlled" access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded.
4.10.1.3 The highest level of security on Dyess AFB is that within the "USAF RESTRICTED AREAS". These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a "USAF RESTRICTED AREA" shall be submitted at least 7 calendar days in advance for approval and coordination of Dyess AFB Security Forces.
4.10.2 Closed Base. Dyess AFB is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer shall provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor.
4.10.2.1 Dyess Form 173. The Dyess AFB Form 173 is subject to the privacy act of 1974, Authority: 10 U.S.C. 8012 and 5 U.S.C. 552a(b)(7). Disclosure is Mandatory: Failure to provide the information and Social Security Number (SSN) could result in denied access to the Dyess AFB installation.
4.10.2.1.1 Effective 1 Nov 04, a completed signed original Dyess Form 173 (Mar 04) must be delivered to Pass & ID by 0900 on the duty day prior to the desired day of entry onto Dyess AFB. All information on the Dyess Form 173 must be typed and the authorizing signature must be in blue or black ink. Personal information provided on the Dyess Form 173 will be cross-referenced against state and federal criminal databases to identify those individuals possessing outstanding warrants. Those individuals with outstanding warrants will be detained at the Visitor Control Center on the desired day of entry, and turned over to Abilene Police Department..
4.10.2.1.2 The approving authority (individual on the 577) can make "ink changes" in red ink to correct any errors noted on the form. All changes have to be initialed by the approval authority.
4.10.2.1.3 All Contractor day laborers will be processed via the Texas Law Enforcement Terminal System (TLETS-police wants/warrants check). At this time, someone with military credentials or a Trusted Agent will physically have to meet them to sponsor them onto the installation. Once it is determined the individual is cleared from any wants or warrants and their state or federal identification is valid, their pass will be issued.
4.10.2.1.4 Once the Dyess Form 173 has been vetted through TLETS and checked for errors, the Pass and Registration Section shall issue a Contractor badge utilizing the original Dyess Form 173. Once a badge is obtained, they need only show the badge at the installation gate for entry onto the installation.
4.10.2.1.5 The Dyess Form 173 will be maintained at the VCC for 30 days in order to issue badge credentials. If the Contractor hasn't requested credentials prior to the 30 days expiration, the form will be void and must be resubmitted if credentials are later requested. After one year on file the expired Dyess Form 173 will be destroyed.
4.10.2.2 Trusted Agent Letter for Day Labor Requests.
4.10.2.2.1 Purpose of Letter: To provide sponsoring authority to specific contractor individuals as identified by their sponsoring agency (7 CONS, Army Corp of Engineers, etc.) to sponsor day laborers on for one to thirty day periods.
4.10.2.2.2 The Letter Process: The sponsoring agency, in coordination with their contractor, shall identify contractor individuals that require sponsoring/vouching authority. This authority is given to the contractor for the purpose of sponsoring day laborers/job site personnel sub-contracted as a result of an unexpected or new requirement not previously identified in the current contract. This authority will not be given to contractors for convenience only, but should be limited to the smallest group of manager or foreman contractor personnel needed to complete their assigned contract. It is the responsibility of the sponsoring agency to ensure the Trusted Agent Letter remains current. A Trusted Agent must possess a valid driver's license and have been issued contractor badge credentials for a minimum of six weeks. Additionally, all reasonable actions should occur to prevent use of this process when a known laborer/sub-contractor was required well in advance of the day labor/sub-contractor request. (Effective Date: Immediately)
4.10.2.3. The sponsoring agency shall provide this letter to the Pass and Registration Section who will maintain it on file. The Pass and Registration section shall post a copy of the letter at the VCC, as a reference, to verify which contractor personnel have sponsoring/vouching authority.
4.10.2.4 The Process to get Day Labors/Job Site Personnel Sub-Contracted onto the Installation: The contractor individuals identified in the Trusted Agent Letter will be physically present to sponsor individuals requiring one to thirty days entrance. The VCC clerk will verify the identity of all individuals by checking their valid State/Federal Identification card.. The VCC clerk will check 100% of the individuals via the TLETS. Should any individual not possess a valid identification card, they will be turned away at the VCC and entry to the installation denied. All information must be validated by the clerk before the contractor will be allowed to proceed onto the installation with the sponsored individuals. Should an AF Form 75 be issued, the driver will be required to produce a valid driver's license, current insurance card, and current registration for the vehicle being operated. Once on the installation, the Trusted Agent Contractor shall be responsible for the actions of the sponsored individuals. Should an incident occur with a sponsored guest, and negligence be proven on the part of the Trusted Agent Contractor, their vouching/sponsoring authority will be revoked. The Trusted Agent Letter can be adjusted to add and delete names of Trusted Agent Contractors as needed, as long as the provisions of this paragraph are followed. At no time will the Trusted Agent Contractor depart the installation and leave any of his/her sponsored individuals with another contractor that does not have the same vouching/sponsoring privileges.
4.10.2.5. All contractor companies must attend a contractor briefing given by Pass and Registration, who will provide a more detailed explanation regarding contractor badges and their uses. Pass and Registration reserves the right to not issue a contractor badge due to erroneous information or failure to disclose information on the Dyess Form 173. Any derogatory information received from the background check will result in the non-issuance of the contractor badge.
4.11 Identification of Contractor Vehicles. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage. All contractor vehicles shall enter Dyess AFB via the Tye Gate. Exceptions to Tye Gate are on weekends or between the hours of 1800 - 0630 during the weekdays when the Dyess AFB Main Gate may be used.
4.12 Driver's Licenses and Vehicle Registration/Insurance:
4.12.1 All contractor employees who will be operating a motor vehicle will be in possession of a current state vehicle driver's license at all times. License must be valid in the State of Texas.
4.12.2 All contractor vehicles shall be have a current state registration and safety inspection, as well as vehicle insurance recognized by the State of Texas. Proof of insurance will be maintained in the vehicle at all times.
APPENDIX A
REQUIRED REPORTS AND DATA

The following reports, data, and training are required and shall be given to the Government by the Contractor as specified below:

REPORT/DATA PWS REFERENCE REQUIRED DATE DUE TO
1. Quarterly/Semiannual Work Schedule 1.1.2.3 7 days prior to performance COR
CO
2. Discrepancy Report 1.1.3 5 business days after visits if there are discrepancies to report COR
CO
3. Quality Control Records 4.3 NLT 5 business days after requested by COR or CO COR
CO
4. Accident Prevention Plan 4.5.2 10 days prior to start of program COR
CO
5. Confined Space Program 4.8 10 days prior to start of program COR
CO
 
 
 
 
 
 
RFQ Issued By: 7 CONS/PKB
381 Third Street
Dyess AFB, TX 79607 PR #: FA4661-19-Q-0013 Date Issued: 12 June 2019

Contracting Officer: SrA Chandler Johnson Phone: (325) 696-3551
E-Mail: chandler.johnson.2@us.af.mil
NAICS: 561790
SB Size Standard: $7.5 million
Type of Set-Aside: 0 None (*Mandatory Source)
1 Small Business
0 Small Disadvantage Business
0 Woman Owned
0 HUBZone
0 Section 8(a)

OTHER INFORMATION:
The Government intends to award a Firm-Fixed Price (FFP) contract for this requirement.
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.
Quote Submission Information
QUOTE SUBMISSION INFORMATION: Quotes can be e-mailed or faxed to the address identified above. If you e-mail your quote, page 2 (or equivalent*) must be scanned so we have a signed quote. E-mail is the preferred method for offer submission. Your offer shall include but is not limited to the following:
1. Complete (must be signed) Page 1- 7 of RFQ Offeror Information Sheet (or contractor equivalent*)
2. FAR 52.212-3 Offeror Representations and Certifications
* The offeror is required to use Page 1-7 of this RFQ
Deadline for receipt of offers: 19 June 2019, 2:00 p.m. (CST). All quotes can be emailed to yeongsoo.jeon.2@us.af.mil or the above email.
EVALUATION OF OFFERS: The evaluation for this acquisition will be solely based on lowest price of items that are found to be technically acceptable. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit.

Quotes must be valid for 90 days after date of submission, in accordance with the following:
 
 
 
 
 
Offeror's Information (Page 1)

Offeror Name & Address: POC:
CAGE: Phone:
DUNS: Fax:
Tax ID: E-Mail
ITEM
NUMBER DESCRIPTION (BASE YEAR) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
0001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 Qtrly
0002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 Qtrly
0003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 Qtrly
0004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 Qtrly
0005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 Qtrly
0006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 Qtrly
0007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 Qtrly
0008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 JB
0009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 JB
0010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 JB
0011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 JB



Warranty (Please use this line to state your standard commercial warranty). Years


 
Offeror's Information (Page 2)

Offeror Name
CAGE:

ITEM
NUMBER DESCRIPTION (OPTION YEAR 1) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
1001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 LO
1002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 LO
1003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 LO
1004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 LO
1005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 LO
1006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 LO
1007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 LO
1008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 LO
1009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 LO
1010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 LO
1011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 LO






 

Offeror's Information (Page 3)

Offeror Name:
CAGE:

ITEM
NUMBER DESCRIPTION (OPTION YEAR 2) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
2001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 LO
2002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 LO
2003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 LO
2004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 LO
2005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 LO
2006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 LO
2007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 LO
2008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 LO
2009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 LO
2010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 LO
2011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 LO






 

Offeror's Information (Page 4)

Offeror Name
CAGE:

ITEM
NUMBER DESCRIPTION (OPTION YEAR 3) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
3001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 LO
3002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 LO
3003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 LO
3004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 LO
3005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 LO
3006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 LO
3007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 LO
3008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 LO
3009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 LO
3010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 LO
3011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 LO






 

Offeror's Information (Page 5)

Offeror Name & Address:
CAGE:

ITEM
NUMBER DESCRIPTION (OPTION YEAR 4) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
4001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 LO
4002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 LO
4003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 LO
4004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 LO
4005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 LO
4006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 LO
4007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 LO
4008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 LO
4009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 LO
4010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 LO
4011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 LO






 

Offeror's Information (Page 6)

Offeror Name
CAGE:

ITEM
NUMBER DESCRIPTION (OPTION TO EXTEND SERVICES, 6 MONTHS) QUANTITY UNIT UNIT
PRICE TOTAL
PRICE
5001 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-1 4 LO
5002 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-2 4 LO
5003 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #A-3 4 LO
5004 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-1 4 LO
5005 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #B-2 4 LO
5006 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-1 4 LO
5007 Vent hood Services - Bldg. 6132, Longhorn Dining - Hood #C-2 4 LO
5008 Vent hood Services - Bldg. 6219, Chapel Annex - Hood #1 1 LO
5009 Vent hood Services - Bldg. 5013, Fire Station - Hood #1 2 LO
5010 Vent hood Services - Bldg. 8150, Child Dev Ctr - Hood #1 2 LO
5011 Vent hood Services - Bldg. 11902, Youth Center - Hood #1 2 LO






 

Offeror's Information (Page 7)

Offeror Name:
CAGE:

Delivery Date:
The contractor shall deliver all items NLT 60 Days ADC.
This performance period is 0 mandatory, 1 negotiable.

NOTE: If the "negotiable" block is checked, please complete the following if you disagree with aforementioned performance period:
0 Request performance period be changed to:
PAYMENT TERMS & DELIVERY:
The Government shall consider your "DISCOUNT TERMS" to be NET 30 unless following block is marked and filled-in completely:
0 Use the following DISCOUNT TERMS for this offer:
% days; Net 30
The Government shall consider this offer to be FOB Destination unless following block is marked and filled-in completely:
0 FOB Other:

ADDITIONAL INFORMATION (for Offeror Use):
 

{Insert Name} DATE
{Insert Title}
 
 
 
 
 
 

1. The provisions that apply to this solicitation are as follows:
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
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 address: http://farsite.hill.af.mil
(End of Provision)
• FAR 52.204-7, System for Award Management
• FAR 52.204-16, Commercial and Government Entity Code Reporting
• FAR 52.207-4, Economic Purchase Quantity - Supplies
• FAR 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations--Representation
• FAR 52.212-1, Instructions to Offerors-Commercial
• FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ)
• FAR 52.215-1, Instructions to Offerors -- Competitive Acquisition
• FAR 52.225-18, Place of Manufacture
• DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
• DFARS 252.204-7004, Alternate A, System for Award Management
• DFARS 252.204-7008, Export-Controlled Items
2. The following contract clauses apply to this acquisition:
CONTRACT CLAUSES BY REFERENCE
FAR 52.252-2, Clauses Incorporated by Reference
Clauses Incorporated by Reference (Feb 1998)
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 address: http://farsite.hill.af.mil
(End of Provision)
• FAR 52.202-1 Definitions
• FAR 52.203-3 Gratuities
• FAR 52.204-13, System for Award Management Maintenance
• FAR 52.204-18, Commercial and Government Entity Code Maintenance
• FAR 52.204-19, Incorporation by Reference of Representations and Certifications
• FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations*
• FAR 52.211-7, Alternatives to Government-Unique Standards
• FAR 52.211-17, Delivery of Excess Quantities
• FAR 52.211-18, Variation in Estimated Quantity
• FAR 52.212-4, Contract Terms and Conditions-Commercial Items
• FAR 52.217-5, Evaluation of Options
• FAR 52.217-8, Option to Extend Services
• FAR 52.217-9, Option to Extend the Term of the Contract
• FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
• FAR 52.223-6, Drug Free Workplace
• FAR 52.229-3, Federal, State And Local Taxes
• FAR 52.232-1, Payments
• FAR 52.232-8, Discounts for Prompt Payment
• FAR 52.232-11, Extras
• FAR 52.232-17, Interest
• FAR 52.232-23, Assignment of Claims
• FAR 52.232-39, Unenforceability of Unauthorized Obligations
• FAR 52.233-1, Disputes
• FAR 52.233-3, Protest after Award *
• FAR 52.233-4, Applicable Law for Breach of Contract Claim*
• FAR 52.242-13, Bankruptcy
• FAR 52.243-1, Changes -- Fixed-Price
• FAR 52.246-1, Contractor Inspection Requirements
• FAR 52.246-2, Inspection Of Supplies--Fixed Price
• FAR 52.246-16, Responsibility for Supplies
• FAR 52.247-34, F.O.B. Destination
• FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
• FAR 52.249-8 Default (Fixed-Price Supply & Service)
• DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
• DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
• DFARS 252.204-7003, Control of Government Personnel Work Product
• DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
• DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
• DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
• DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
• DFARS 252.223-7008, Prohibition of Hexavalent Chromium
• DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic (Dec 2017)
• DFARS 252.225-7048, Export-Controlled Items
• DFARS 252.227-7015, Technical Data-Commercial Items
• DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
• DFARS 252.232-7010, Levies on Contract Payments
• DFARS 252.243-7001, Pricing of Contract Modifications
• DFARS 252.244-7000, Subcontracts for Commercial Items
• DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
As prescribed in 12.301(b)(4), insert the following clause:
Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2018)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 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)).
(2) 52.204-23, Prohibition on Contracting for Hardware,
Software, and Services Developed or Provided by Kaspersky Lab and
Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
_X__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (8) 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).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
___ (ii) Alternate I (Jan 2011) of 52.219-4.
___ (13) [Reserved]
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Nov 2016) of 52.219-9.
___ (iii) Alternate II (Nov 2016) of 52.219-9.
___ (iv) Alternate III (Nov 2016) of 52.219-9.
___ (v) Alternate IV (Nov 2016) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
_X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
_X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
_X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).
___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514
___ (ii) Alternate I (Oct 2015) of 52.223-13.
___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-16.
_X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696).
___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
___ (ii) Alternate I (Jan 2017) of 52.224-3.
_X__ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
_X__ (49) 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).
___ (50) 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).
___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
_X__ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).
___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 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)).
(iii) 52.204-23, Prohibition on Contracting for Hardware,
Software, and Services Developed or Provided by Kaspersky Lab and
Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xiii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xx) 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).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.217-5 - Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Clause)
52.217-8 -- Option to Extend Services
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 6 months; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 5 years and 6 months.
FAR 52.222-42 Statement 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 Determination
Employee Class Monetary Wage -- Fringe Benefits
Heating, Ventilation and Air-Conditioning $22.55
(End of Clause)
52.232-18 -- Availability of Funds.
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(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.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and
receiving reports, as authorized by 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.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.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://wawf.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 must use the following information when submitting payment
requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
COMBO
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in
WAWF, as specified by the contracting officer.
Inspection: Government
Acceptance: Government
(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
Pay Official DoDAAC F87700
Issue By DoDAAC FA4661
Admin DoDAAC FA4661
Inspect By DoDAAC TBA
Ship To Code TBA
Ship From Code
Mark For Code
Service Approver (DoDAAC) TBA
Service Acceptor (DoDAAC) TBA
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes
appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit
price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,
(e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send
Additional Email Notifications" field of WAWF once a document is submitted in the system.
TBA
(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.
TBA
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
5352.201-9101 Ombudsman
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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. 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)
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
[Note: This prohibition does not apply to manufacturing.]
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]
(c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s):
Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance
N/A
(d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process.
(End of clause)
5352.223-9001 Health and Safety on Government Installations
HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)
5352.242-9000 Contractor Access to Air Force Installations
CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and in order 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 AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management and any other protocols as applicable.
(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.
(End of clause)

Opportunity closing date
28 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force 7 CONS United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?