This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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.
The solicitation number for this procurement is W911QY-17-T-0009 and issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS).
The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC) has a requirement for pest control services for the prevention and control of health related pests. The areas to be serviced include all buildings at Natick Soldier Systems Center (NSSC), General Greene Avenue, Natick MA. 01760.
This requirement is solicited as a total small business set aside using Simplified Acquisition Procedures in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 under NAICS code 561710, Exterminating and Pest Control Services. The small business size standard is $11.0 Million. Funds are not presently available for this acquisition. The issuance of this solicitation does not commit the Government to make an award.
DESCRIPTION OF REQUIREMENT:
1. The Contractor shall provide all labor, equipment, and materials needed to perform the pest control service, including but not limited to, all management, supervision, certified/licensed operators, and administrative personnel. The Contractor shall provide control of pests, per work order request, for all areas at the U.S. Army, Natick Soldier Systems Center (NSSC), General Greene Avenue, Natick MA. 01760. See attached Performance Work Statement for details.
2. The contract will consist of a one year Base and four - one year optional ordering periods. The total contract shall not exceed five (5) years. The Base and four optional Ordering Periods consist of the line items (CLINs) below are anticipated to be included in the resultant contract. The Offeror shall provide prices for Pest Control Inspection, (CLINs 0001, 1001, 2001, 3001, 4001), Optional Pest Control Emergency (CLINs 0002, 1002, 2003, 3002, 4002), and Manpower Reporting Requirement (CLINs 0003, 1003, 2003, 3003, 4003).
CLINs 0001, 1001, 2001, 3001, 4001 QTY: 1 Job Pest Control Inspection: Inspection of the installation to be done weekly in accordance with the Performance Work Statement for the buildings listed in Sections 1.2.1.1 through 1.2.1.5., and handle up to 20 Demand Maintenance Orders (DMO) per month per Section 5.9.2 of the Performance Work Statement.
Base Year of Contract tiny_mce_marker_________ per Month
First Optional Period of Performance tiny_mce_marker_________ per Month
Second Optional Period of Performance tiny_mce_marker_________ per Month
Third Optional Period of Performance tiny_mce_marker_________ per Month
Four Optional Period of Performance tiny_mce_marker_________ per Month
CLINs 0002, 1002, 2002, 3002, 4002 QTY: 1 Job Option - Pest Control Emergency: Emergency calls as needed per D.M.O.s per Section 5.9.2 of the Performance Work Statement. To be negotiated at the time of the call.
Minimum Service Charge tiny_mce_marker_________ per visit
This CLIN may be executed in accordance with the ordering instructions included as part of the terms and conditions of this contract. Quote will be obtained when service is requested. This CLIN price shall be negotiated at time of requested Service.
CLINs 0003, 1003, 2003, 3003, 4003 QTY: 1 Job - Manpower Reporting Requirement: The Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. See Addendum to FAR Clause 52.212-4 below. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://armycmra.dmdc.osd.mil/. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil
This CLIN is Not Separately Priced.
SITE VISIT
Site visit will be held on 25 April 2017 at 10:00 AM EST. All parties shall meet in the 1st Floor lobby of Building 1, Natick Soldier Systems Center (NSSC), 15 General Greene Avenue, Natick, MA 01760. Vendors interested in attending the site visit shall fill out and submit Contractor Visitor Request Form and e-mail it to Mr. Michael Vincent at Michael.W.Vincent.civ@mail.mil prior to 2:00 PM EST, 21 April 2017.
SUBMISSION REQUIREMENTS:
The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Failure to include any of the items below may render the Offeror non-responsive. Responses to this announcement shall include:
1. A Firm Fixed Price quote, inclusive of all charges and with FOB Destination shipping terms, for the requirement stated above. The quotation shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, Cage Code, DUNS Number, Point of Contact name and e-mail address, and acknowledgement of amendments to this solicitation (if any).
2. The Offeror shall include with its quote a copy of: Massachusetts Pesticide Contractor's License; State certification for each Contractor employee performing pest management services on the contract. Shall also provide proof of liability insurance for operation of a commercial pest control business, effective in the State where operations are to be performed. The copy of State certification provided will contain, at a minimum, the following information; licensee's full name, license/certification number, pest control categories, and license/certification expiration date.
3. Completed and signed representations and certifications. As prescribed in DFARS 252.204-7004, interested parties shall be registered with System for Award Management (SAM) under the NAICS 561710. Representations and certifications shall also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM.
ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA:
Award will be made to the responsible (See also DFARS 252.213-7000), responsive Offeror whose offer represents Lowest Price Technically Acceptable offer based upon the description of the requirement, to include the Performance Work Statement.
CLAUSES AND PROVISIONS:
The following clauses and provisions are incorporated by reference:
Provision 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and Addenda to this clause are contained in the section entitled "SUBMISSION REQUIREMENTS" above.
Provision 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section "ADDENDUM TO FAR 52.212-2 - EVALUATION CRITERIA" above.
Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items Alt 1, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 3 above. The offeror's attention is directed to the requirement to provide country of origin information IAW DFARS 252.225-7000.
Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition; and the Product Description/Statement of Work (SOW) and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.
Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019), applies to this acquisition.
ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.219-1 (ALT 1) Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.228-5 Insurance - Work On A Government Installation
52.232-23 (Alt 1) Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-2 Service of Protest
52.233-4 Applicable Law for Breach of Contract Claim
52.237-1 Site Visit
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.247-34 F.O.B. Destination
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-O0003)
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003)
252.204-0001 Line Item Specific: Single Funding
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to litigation Support contractors
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act and Balance Of Payments Program-Basic
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.227-7015 Technical Data-Commercial Items
252.227-7027 Deferred Ordering of Technical Data or Computer Software
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT
(a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months.
52.252-1 Solicitation Provisions Incorporated by Reference
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/these address(es): http://farsite.hill.af.mil/
(End of Provision)
52.252-2 Clauses Incorporated by Reference
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/these address(es):
http://farsite.hill.af.mil/
(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 or 2 in 1
Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Inspection/acceptance location: Destination/Destination
(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 HQ0490
Issue By DoDAAC W911QY
Admin DoDAAC W911QY
Inspect By DoDAAC W905JZ
Service Acceptor (DoDAAC) W905JZ
--------------------------------------------------------------------------------------------
(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.
(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.
Michael Vincent, Contracting Officer
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
ADDENDUM TO FAR Clause 52.212-4
Accounting For Contract Services Requirement
The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA "Contractor User Guide" or "Subcontractor User Guide". The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://armycmra.dmdc.osd.mil/
The required information includes:
(1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: W038AA
(2) Command of the Requiring Activity that would be performing the mission if not for the contractor: W905JZ
(3) Contracting Officer (KO) and contact information: Michael Vincent, 508.233.6138, michael.w.vincent.civ@mail.mil
(4) Contracting Officer's Representative (COR) and contact information: Ed Nezuh, 508.233.4326, edward.l.nezuh.civ@mail.mil.
(5) Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC. (FCS F105)
(6) Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.) US Army Soldier System Center, 10 General Greene Avenue, Natick, MA 01760
(7) Contractor Type (prime or subcontractor). Prime
(8) Direct labor hours (including subcontractors) for each FSC.
(9) Direct labor dollars paid this reporting period (including subcontractors) for each FSC.
(10) Weapons system support indication: No
If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors can not input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data.
Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year.
INSURANCE REQUIREMENT
In accordance with clause 52.228-5, incorporated herein, prior to commencing any work at the U.S. Army Soldier System Center in Natick, Massachusetts the contractor shall have and maintain during the entire period of performance under this contract the following minimum amounts of insurance:
WORKMEN'S COMPENSATION AND EMPLOYERS LIABILITY -
$100,000.00
AUTOMOBILE LIABILITY -
$200,000.00 PER PERSON
$500,000.00 PER OCCURRENCE
$500,000.00 PER OCCURRENCE FOR BODILY INJURY
$20,000.00 PER OCCURRENCE FOR PROPERTY DAMAGE
GENERAL LIABILITY -
$500,000.00
SUBMISSION OF PROPOSALS:
The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked in the subject line with the solicitation number, requirement, and the identity of the submitting firm. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote.
Proposals shall be submitted electronically to Michael Vincent and George Bernard at the Natick Contracting Division via michael.w.vincent.civ@mail.mil and george.h.bernard.civ@mail.mil. All proposals shall be submitted by 2:00 pm EDT on 5/15/2017. Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their proposal submission has been received.
Offerors will not be reimbursed for any costs resulting from quotation preparation or costs associated with inquiring about or responding to this solicitation.
QUESTIONS:
Questions regarding this acquisition may contact Michael Vincent and George Bernard at the above listed email address.
Attachments:
Performance Work Statement
Wage Determination 15-4055 (Rev.2)
Contractor Visitor Request Form