Install Grass- **ADDED Q&A from site visit and SCA WD

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159492213206165
Posted Date: Apr 12, 2024
Due Date: Apr 16, 2024
Solicitation No: W50S9D24Q5001
Source: Members Only
Follow
Install Grass- **ADDED Q&A from site visit and SCA WD
Active
Contract Opportunity
Notice ID
W50S9D24Q5001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WAANG 141
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 12, 2024 08:33 am PDT
  • Original Published Date: Mar 22, 2024 12:35 pm PDT
  • Updated Date Offers Due: Apr 16, 2024 02:00 pm PDT
  • Original Date Offers Due: Apr 16, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 01, 2024
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Fairchild AFB , WA 99011
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



Solicitation Number W50S9D24Q5001 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, Dated 23 FEB 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 02152024. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 561730 with annual revenue not to exceed $9.5M.



The government intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the BEST VALUE ** Evaluation factors will be Price and Delivery date. Price and delivery date will have equal weight. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.





In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.





Description of Requirement:



Washington Air National Guard



1415 W El Paso Ave Fairchild AFB, Washington





STATEMENT OF WORK



FOR



Install Grass, B375 GJKZ 24-2896








  1. GENERAL REQUIREMENTS








    1. PURPOSE







The purpose of this project is to plant grass seed around B375 and ANG memorial site or install sod.








    1. SITE VISIT







Interested bidders may attend a site visit prior to the bid due date. Interested offerors are encouraged to include any subject matter experts or sub-contractors required for this work. The site visit will be scheduled and advertised by the Contracting Officer (CO).








    1. RESPONSE







Submit cost proposals to the CO. All responses must be in writing, using the request for proposal (RFP) form specified in the solicitation. All responses must be received by the date and time specified in the solicitation.








    1. CODES AND REGULATIONS












      1. All work shall be accomplished in accordance with the following regulatory codes:
















        1. UFC 3-201-02 Landscape Architecture














    1. WORKMANSHIP







All work shall be accomplished in a professional manner by experienced and qualified tradespersons to the complete satisfaction of the COR.








    1. APPROVALS AND CHANGES












      1. Any changes to the terms and conditions of the contract will be issued in writing by the contracting officer prior to commencement of work or incurring costs.














      1. No deviation from approved plans, specifications and general notes will be permitted without written approval from the COR. Requests for deviations or substitutions must be submitted on a substitution request form available from the COR.














      1. Any contractor driven change request shall be submitted through a request for information (RFI).












    1. WARRANTIES







All work completed under this contract shall be guaranteed by the contractor against defects in materials or workmanship for a period of one year from date of final project acceptance.








    1. SUBMITTALS







All submittals listed below shall be submitted after award at least ten working days prior to use on site, or as noted below.










      1. INITIAL SUBMITTALS

        1. Submit the following items no later than the Preconstruction Meeting

          1. AF 3064 (or equivalent) – Project Schedule

          2. AF 3065 – Schedule of Values



        2. Submit the following items at least ten working days prior to onsite work

          1. Safety Plan

          2. Quality Control Plan



        3. The Government shall have up to five working days to review submittals
















      1. PRODUCT SUBMITTALS

        1. Submit DD Form 1354, Transfer and Acceptance of DoD Real Property

        2. The Government shall have up to five working days to review submittals.
















      1. HAZARDOUS MATERIALS

        1. Hazardous materials must be approved prior to start of work.


















        1. Submit one copy of the manufacturer’s Safety Data Sheets (SDS) for all hazardous materials used during the course of the project along with the following additional information:

          1. Number of components in material if it is a kit

          2. Container type

          3. Unit of packaging (oz, gal, lb, qt, ea, etc.)

          4. Package (can, drum, bottle, cylinder, etc.)
















    1. OPERATION AND MAINTENANCE MANUALS





N/A






    1. MAINTENANCE PERSONNEL TRAINING







N/A








    1. COORDINATION












      1. The contractor shall coordinate all work with the COR.














      1. Contact the COR five (5) working days in advance of mobilization on site and provide proper documentation to allow for processing of base access paperwork. This requirement includes deliveries of any kind.














      1. Same day request and access is not always possible.












    1. TEMPORARY FACILITIES







The contractor shall be provided reasonable access to existing electricity, water, and sewer utilities required to perform the work. Any work trailers or offices must be approved by the COR. If additional new temporary utility connections are required, the contractor shall pay for connections and service.








    1. CONTRACTOR MATERIAL STORAGE







The contractor shall submit a request in writing for material storage or laydown areas not immediately inside the area of work. Exterior laydown requests must include a site plan schematic showing area in reference to existing buildings.








    1. DAMAGE







The Contractor shall be responsible for any damage caused to any existing work areas during the entire performance of this project. The Contractor shall be responsible to rectify or replace any equipment damaged without additional expense to the Government.








    1. QUALITY CONTROL












      1. A pre-construction conference will be held by the CO at a time to the commencement of work and shall be attended by the COR, the end user, and the Contractor.














      1. The purpose of this conference is to completely review the job and the specifications to confirm mutual understanding of the job content and performance.














      1. The Contractor is responsible for quality control. Inspections by the COR and/or government quality assurance personnel do not alleviate the contractor from their responsibility. The Contractor shall be responsible for all applicable material testing and special inspection activities necessary to ensure the project is constructed according to code.












    1. SCHEDULES












      1. The Contractor shall begin work within 10 calendar days after the issuance of the Notice to Proceed.














      1. No on-site work shall start until the Contractor has an Approved Project Schedule.














      1. The period of performance shall be 90 days for this contract.














      1. The COR will coordinate Contractor work schedules upon award.














      1. The COR will notify the Contractor if a job site is located in a secure area.

        1. The Contractor shall provide written notice to the COR at least three working days prior to working in secure areas.

        2. The Contractor shall provide personnel that meet the requirements to work within the secure areas without escorts.

        3. The COR will provide a letter to the Contractor granting permission for work within secure areas.

          1. The notice shall include working hours, location of work, and number of workers.

          2. The Contractor shall keep this letter on the jobsite at all times.
















    1. ACCESS AND GENERAL PROTECTION/SECURITY POLICY AND PROCEDURES












      1. Access and General Protection/Security Policy and Procedures. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer’s Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation’s Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.














      1. For Contractors that do not require CAC but require access to a DoD Facility and/or Installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (AFI 31- 101 and AFI 10-245), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.














      1. All commercial, contractor, and sub-contractor’s vehicles are subject to random inspections each time they enter the base.














      1. If badges will be issued, they will be issued by the 92d Security Forces Squadron (SFS) to the contractor through the 141 CES COR. Badges shall be issued, tracked, and collected in accordance with instructions from Security Forces.

        1. The following are the requirements and procedures for the contractor:

          1. Contractors working in Controlled or Restricted areas or any areas on the flightline must be issued a specific contractor identification badge or be escorted. (Parts of this project are located on the flightline)
















    1. HOURS OF WORK












      1. Normal hours of operation for construction are 6:00 am through 4:30 pm Tuesday through Friday, excluding any federally recognized holidays.














      1. Requests to work outside the normal work hours must be made to the COR at least three working days in advance. The COR may reject requests at the convenience of the government. Failure to make requests at least three working days in advance may result in being denied base access or being required to leave the base.












    1. CUTTING AND PATCHING












      1. Cutting and patching includes cutting into existing structures to provide for the performance of the work and subsequent fitting and patching as required to restore surfaces disturbed, damaged or otherwise altered to their original or specified condition.














      1. Visual Requirements: Do not cut and patch work in a manner that would result in substantial visual evidence of cut and patch work. Remove and replace work judged by the COR to be cut and patched in a visually unsatisfactory manner.














      1. If possible, retain the original installer or fabricator, or another recognized experienced and specialized firm to cut and patch.














      1. Use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials for cutting and patching that will result in equal-or-better performance characteristics.














      1. Restore surfaces of patched areas to match adjacent finishes. Where necessary, extend finish restoration into retained adjoining work in a manner, which will eliminate of patching and refinishing.












    1. CLEAN-UP












      1. The contractor shall clean up and remove from the site all rubbish. The contractor shall leave the premises in a clean, orderly and safe condition, acceptable to the COR.














      1. Protect existing building or structures including exterior landscaping and interior contents from damage, dirt and dust during construction related activities.












    1. ENVIRONMENTAL COMPLIANCE












      1. Spill Notification: The contractor shall notify the COR upon spilling any quantity of hazardous materials/waste. Spill Containment Control and Countermeasures shall be provided by the contractor in accordance with 20 CFR 112.














      1. Hazardous Materials Storage: Ensure all hazardous materials stored outdoors are placed in secondary containment in accordance with 40 CFR.














      1. Hazardous Waste: All hazardous waste generated from the use of hazardous materials shall be disposed offsite. The contractor shall make the COR aware of all hazardous waste through the Hazmat disclosure process and provide all required documentation.












    1. FACILITY SERVICE OUTAGES







If the project requires any facility utility outages, the contractor shall provide a written request at least 72 hours before planned outage period and receive approval from 141st CES COR before disconnection.








    1. PARKING







Adequate on-site parking for contractor vehicles will be designated by the Government.






  1. CONTRACTING MANPOWER REPORTING APPLICATION (CMRA)





Contracting Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/.






  1. DESCRIPTION OF WORK





The contractor shall verify all dimensions, elevations, and site conditions prior to starting construction. The area is approximately 3.8 acres.



Base Bid






    1. The lawn must be ready for use by July 31, 2024.

    2. The finished lawn to be drought and heat resistant.

    3. Only an established blend of not less than 70-80% tall fescue, 10-20% perennial rye and not more than 10% Kentucky Blue Grass will be considered.

    4. The contractor shall use equipment designed specifically for sandy loam soil to seed at a depth of 0.25 to 0.50 inches.

    5. The contractor shall use a sod quality seed that has 0% weed seed content and provide percentages and purity labels. Jonathan Green’s Black Beauty Ultra or equal shall be used.

    6. Seeding shall use a rate of 200-300 pounds per acre (dry weight).

    7. No filler, straw, or sticker shall be used.

    8. Contractor will provide irrigation requirements to optimize grass blend germination and health.

    9. Contractor is responsible for any and soil amendments and fertilizer until 31 July 2024.

    10. Contractor shall be responsible for a post and pre-emergent weed control application prior to seeding and not later than 16 July 2024.

    11. Contractor shall make weekly site inspections over a two-month period prior to July 31, 2024, to ensure optimal plant growth and quality.

    12. Contractor will provide mowing requirements to optimize grass health.

    13. The grass shall have a park like appearance, dense, dark green lawn without bare spots exceeding one square foot at any place. Contractor is responsible for filling in any bare spots exceeding 0.5 SF at 30 days after seeding.

    14. Contractor will use a landscape rake to remove rocks prior to laying topsoil.

    15. Contractor will lay 2 inches of topsoil prior to seeding.





Option 1






    1. The contractor will procure Kentucky bluegrass sod from the same farm with one cut if possible.

    2. Sod must be delivered and installed by the contractor within 72 hours of the cut.

    3. Irrigation will already be installed, at the time of the sod project.

    4. Irrigation heads and valve boxes will be protruding above ground. Contractor to cut sod around heads and valve boxes.

    5. Contractor is responsible for any damage to the irrigation during the topsoil (if applicable) and sod install.

    6. Contractor will be responsible to repair any dying or damaged sod for up to 30 days after install provided all the watering requirements are met.

    7. Sod must lay on at least two inches of topsoil that is provided and graded by the contractor.

    8. Sod is cut to fit the design of the area.












    1. ATTACHMENTS

      1. Grass Layout













- END OF STATEMENT -





Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 16 APR 2024. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below.





Buyer: Matthew Richard



Alternate Buyer: Robert Jones



Email: 141MSG.MSC@us.af.mil





Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov





Site Visit: A site visit will be held on 9 APR 2024 at 1000 on Fairchild AFB in BLDG 456 (CE Building Classroom). If a base pass is required, please contact email below at least 3 days prior.



Email: 141MSG.MSC@us.af.mil





Submission of Invoices:



In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.





Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2024-03, DATED: 23 FEB 2024. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.





P = Provisions C = Clauses * = Provision or Clause required to be Full Text



P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation



C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements



P-FAR 52.204-7, System for Award Management Registration



C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel



P-FAR 52.204-16, Commercial and Government Entity Code Maintenance



C-FAR 52.204-18, Commercial and Government Entity Code Maintenance



C–FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems



P-FAR 52.204-22, Alternative Line Proposal



P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations



P-FAR 52.212-1, Instructions to Offerors-Commercial Items



P-FAR 52.212-2, Evaluation-Commercial Services Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price and delivery date of all services in the solicitation are the evaluation criteria. This is a best value decision. This office will consider any late quotes or any late revisions of quotes as non-responsive.



Delivery date is approximately equal to price.



P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov



C-FAR 52.212-4, Contract Terms and Condition-Commercial Items



C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply



P-FAR 52.217-5, Evaluation of Options



C-FAR 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 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 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 24 months.



C-FAR 52.219-6, Notice of Total Small Business Set-Aside



C-FAR 52.219-28, Post Award Small Business Representation



C-FAR 52.222-3, Convict Labor



C-FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies



C-FAR 52.222-21, Prohibition of Segregated Facilities



C-FAR 52.222-26, Equal Opportunity



C-FAR 52.222-41, Service Contract Labor Standards – See Wage Rates located after this



Provisions and Clauses section.



C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires



P-FAR 52.222-48, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment – Certification



C-FAR 52.222-50, Combating Trafficking in Persons



C-FAR 52.222-51, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements



P-FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services – Certification



C-FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services – Requirements



C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658



C-FAR 52.222-62, Paid Sick Leave Executive Order 13706



C-FAR 52.223-5, Pollution Prevention and Right to Know Information



P-FAR 52.223-1, Bio-based Product Certification



C-FAR 52.223-2, Affirmative Procurement of Bio-Based Products Under Service and Construction Contracts



P-FAR 52.223-4, Recovered Material Certification



C-FAR 52.223-5, Pollution Prevention and Right to Know Information





C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products



C-FAR 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts



C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving



C-FAR 52.225-13, Restrictions on Certain Foreign Purchases



C-FAR 52.223-20, Aerosols



C-FAR 52.223-21, Foams



C-FAR 52.225-13, Restrictions on Certain Foreign Purchases



C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management



C-FAR 52.232-39, Unenforceability of Unauthorized Obligations



C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



C-FAR 52.233-3, Protest After Award



C-FAR 52.233-4, Applicable Law for Breach of Contract Claim



P-FAR 52.237-1, Site Visit



C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation



P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments



C*-FAR 52.252-2, Clauses Incorporated by Reference – SEE http://farsite.hill.af.mil





C*-FAR 52.252-6, Authorized Deviations in Clauses



C-DFARS 252.201-7000, Contracting Officer’s Representative



C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials



C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls



C-DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information



C-DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting



C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors



C* - DFARS 252.211-7003, Item Unique Identification and Valuation



C-DFARS 252.211-7008, Use of Government-Assigned Serial Number



P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations



C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials



C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium



P*-DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate



C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program



C-DFARS 252.225-7031, Secondary Arab Boycott of Israel



C-DFARS 252.225-7048, Export-Controlled Items.



C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)



C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions



C-DFARS 252.232-7010, Levies on Contract Payments



C-DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel



C-DFARS 252.239-7001, Information Assurance Contractor Training and Certification



C-DFARS 252.244-7000, Subcontracts for Commercial Items



P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III





C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities





P* - DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate



C-DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program



C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



C-FAR 52.203-3, Gratuities



C-FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government – Alternate 1



C-FAR 52.203-16, Preventing Personal Conflicts of Interest



C-FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper



P-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data



C-FAR 52.219-8, Utilization of Small Business Concerns



C-FAR 52.219-14, Limitations on Subcontracting



C-FAR 52.222-17, Nondisplacement of Qualified Workers



C*-FAR 52.222-35, Equal Opportunity for Veterans



C-FAR 52.222-37, Employment Reports on Veterans



C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation Act



C-FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)





C-FAR 52.222-54, Employment Eligibility Verification



C* FAR 52.223-9, Estimate Percentage of Recovered Material Content for EPA-Designated Products



C-FAR 52.228-5, Insurance – Work on a Government Installation



P* FAR 52.233-2, Service of Protest



P – DFARS 252.215-7007, Notice of Intent to Resolicit



P - DFARS 252.215-7008, Only one Offer



C – DFARS 252.225-7012, Preference for Certain Domestic Commodities



P* DFARS 252.225-7020, Trade Agreements Certificate



C – DFARS 252.225-7021, Trade Agreements



P – DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism



C – DFARS 252.243-7002, Request for Equitable Adjustment



P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea



C – DFARS 252.247-7023, Transportation of Supplies by Sea


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WAANG DO NOT DELETE 2 S OLYMPIA AVE
  • FAIRCHILD AFB , WA 99011-9439
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 22, 2024[Combined Synopsis/Solicitation (Original)] Install Grass
Apr 9, 2024[Combined Synopsis/Solicitation (Updated)] Install Grass- **ADDED Q&A from site visit

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >