BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Charleston, South Carolina. Contact the soliciting agency for additional information.

The Purpose of Amendment 3 is to: 1. Notify interested vendors the answers to site visit questions submitted Friday, 15 Dec 2023 will be posted NLT Wednesday, 10 Jan 2024. 2. Incorporate and attach the latest Wage Determination 2015-4427 Rev. 25 dated 26 Dec 2023 (Attachment No. 4) to this solicitation. 3. Extend the solicitation closing date to Wednesday, 17 Jan 2024 at 2:00 p.m. EST as a result of this amendment. 4. Revise the pricing worksheet (Attachment No. 3) to reflect the extended solicitation close date. All other solicitation information remains unchanged and in full effect. ------------------------------------------------------------------------------------------------------------------ The Purpose of Amendment 2 is to: 1. Notify interested vendors the answers to site visit questions submitted Friday, 15 Dec 2023 will be posted NLT Monday, 8 Jan 2024. 2. Extend the solicitation closing date to Monday, 15 Jan 2024 at 2:00 p.m. EST as a result of this amendment. 3. Revise the pricing worksheet (Attachment No. 3) to reflect the extended solicitation close date. All other solicitation information remains unchanged and in full effect. ------------------------------------------------------------------------------------------------------------------ The purpose of Amendment 1 is to: 1. Revise Combo para (viii) FAR 52.212-1, Instruction to Offerors - Commercial Products and Commercial Services (Mar 2023) to add a pre-proposal site visit, conducted at Joint Base Charleston - Air Base, 125 Range Road, Bldg. 960, SC 29404, at 1000 A.M. EST, Thursday, 14 Dec 2023. All other solicitation information remains unchanged and in full effect. ------------------------------------------------------------------------------------------------------------------ Combined Synopsis/ Solicitation for Commercial Items (IAW FAR 12.603 (c)). COMBINED SYNOPSIS/SOLICITATION RANGE CLEANING SERVICES JOINT BASE CHARLESTON (JB CHS), SC (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA441824Q0004 and is being issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01 dated 14 Nov 2023. (iv) This acquisition is 100% set-aside for small business concerns. The associated NAICS code is 561720 with a $22M size standard. (v) A list of line-item numbers and items, quantities, and units of measure (including options) can be found within the associated Pricing Worksheet (Attachment No. 3). Interested offerors shall submit a quote in reference to both, the attached Performance Work Statement (PWS) dated 1 Apr 2024 (Attachment No. 1) and the attached Pricing Worksheet (Attachment No. 3). All responsible sources may submit a quotation, which shall be considered. (vi) This requirement is for range cleaning services. The contractor shall provide all necessary transportation, labor, materials, supplies, equipment, and supervision to clean the weapons range located on Joint Base Charleston - Air Base on a quarterly basis. The contractor will follow all applicable regulatory guidance. (vii) Services shall have a period of performance of: Base Year: 1 Apr 2024 - 30 Sep 2024 Option I: 1 Oct 2024 - 30 Sep 2025 Option II: 1 Oct 2025 - 30 Sep 2026 Option III: 1 Oct 2026 - 30 Sep 2027 Option IV: 1 Oct 2027 - 30 Sep 2028 Services shall be performed at JB CHS-AB, South Carolina. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (Sep 2023) applies to this acquisition with the following Addenda; (a) A pre-proposal site visit will be conducted at Joint Base Charleston - Air Base, 125 Range Road, Bldg. 960, SC 29404, at 1000 A.M. EST, Thursday, 14 Dec 2023. All prospective offerors are required to attend the site visit in order to be considered eligible for award. Offerors are required to contact 2d Lt. Laura Wade, Contract Specialist, at (843) 963-3304, email address laura.wade.2@us.af.mil or Taylor McDaniel, Contracting Officer, at (843) 963-4491, email address taylor.mcdaniel.1@us.af.mil by COB Monday, 11 Dec 2023 if they plan to attend. Vendors are limited to no more than two representatives at the site visit. Special arrangements will be required to gain access to the installation. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license (REAL ID), social security card, vehicle registration, and proof of insurance). (b) Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall utilize RFQ Attachment No. 3 - Pricing Worksheet to submit offered pricing in response to this RFQ. (c) The response shall consist of two (2) separate parts: Part I - Pricing Worksheet, Part II - Past Performance. (d) Offerors shall submit a list of no more than three (3) past performance references for work performed within the past three (3) years as of the date of this solicitation. Past performance references should address the same or similar performance as this solicitation requires. (e) A Firm Fixed Priced Purchase Order is anticipated. (f) Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xvi below. Questions must be submitted no later than 15 December 2023. (g) Offerors must submit responses to this RFQ electronically by email to 2Lt Laura Wade at laura.wade.2@us.af.mil. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021) applies to this acquisition with the following Addenda; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (b) The following factors shall be used to evaluate offers in the following relative order of importance: Price; and Past Performance. (c) Price The Government will evaluate offers by adding the total price of CLIN's for all options to the total price of the basic requirement to determine the total quoted price for each offer (Base + 4 option years). Offerors will then be arranged according to price, from lowest priced offer to the highest priced offer. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) Past Performance Next, the government will begin evaluating past performance starting with the lowest priced offeror. Evaluation of the offerors past performance is subjective and will result in a rating of (see table below) Substantial, Satisfactory, Neutral, Limited, or No Confidence. Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of Neutral Confidence. Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement. Neutral Confidence No recent/relevant performance record is available or the offeror's performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation the offeror will successfully perform the requirement. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement. The Government will evaluate past performance for recency and relevancy. Recency is defined as performance of similar services within the past three (3) years from the issue date of the solicitation. Relevancy is defined as services of the same magnitude such as the size of the area being cleaned and/or similar dollar value, cleaning methods, air monitoring, and metal waste sampling as described in the solicitation PWS. If the lowest priced offer, receives a Substantial Performance Confidence Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror, does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated. In the event an offeror other than then lowest priced offeror receives a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. The Government reserves the right to award to a Substantial Performance Confidence Rated offeror and reserves the right to award to other than the lowest priced offeror. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Products and Commercial Services (Nov 2023) or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition--Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and is amended as follows: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Services (Nov 2023), applies to this acquisition. The following additional FAR clauses cited within the clause are applicable to this acquisition: (b) The offeror 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 products and commercial services: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020). (4) 52.204-10, Service Contract Reporting Requirements (Oct 2016). (9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023). (10) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note). (16) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). (24) 52.219-28, Post Award Small Business Program Representation (Sep 2023) (15 U.S.C. 632(a)(2)) (29) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). (31) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (32) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (37) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). (46) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). (50) 52.225-1, Buy American-Supplies (Oct 2022). (53) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (60) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018). (c) The offeror 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 products and commercial services: (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (xiii) The following additional clauses are applicable to this procurement (Full-text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov): 52.201-1, Acquisition 360: Voluntary Survey (Sep 2023). 52.204-13, System for Award Management Maintenance (Oct 2018). 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020). 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020). 52.204-7, System for Award Management (Oct 2018). 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023). 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022). 52.219-1 Small Business Program Representations (DEVIATION 2023-O0002) (Sep 2023). 52.219-8, Utilization of Small Business Concerns (DEVIATION 2023- O0002) (Dec 2022). 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011). 52.223-5, Pollution Prevention and Right-to-Know Information (Alternate I) (May 2011). 52.223-5, Pollution Prevention and Right-to-Know Information (Alternate II) (May 2011). 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Dec 2022). 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022). 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023). 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023). 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021). 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023). 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022). 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (Jan 2023). 252.204-7024, Notice on the Use of the Supplier Performance Risk System (Mar 2023). 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (May 2022). 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018). 252.232-7010, Levies on Contract Payments (Dec 2006). 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023). 252.244-7000, Subcontracts for Commercial Products or Commercial Services (Jan 2023). 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 2010). FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021). (d) Representation. The Offeror represents that-- (1) It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that-- It does, does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (End of provision) FAR 52.217-8, Option to Extend Services (Nov 1999). 15 DAYS (End of clause) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). (a) 15 DAYS; 60 DAYS (b) 60 MONTHS (End of clause) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014). This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits Janitor 11150 WG-2 $16.16 + 44.40% Fringes FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016). (a) This representation shall be completed if the Offeror received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. (b) Representation. [Offeror is to check applicable blocks in paragraphs (1) and (2).] (1) The Offeror (itself or through its immediate owner or highest-level owner) does, does not publicly disclose greenhouse gas emissions, i.e., make available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. (2) The Offeror (itself or through its immediate owner or highest-level owner) does, does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly available website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. (3) A publicly accessible website includes the Offeror's own website or a recognized, third-party greenhouse gas emissions reporting program. (c) If the Offeror checked "does" in paragraphs (b)(1) or (b)(2) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported: _______________. (End of provision) 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/these address (es): https://www.acquisition.gov/ (End of provision) FAR 52.252-2 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/these address(es): _____________________________________________ _____________________________________________ _____________________________________________ (End of clause) 52.252-3, Alterations in Solicitation (Apr 1984). Portions of this solicitation are altered as follows: _____________________________________________________________________________ (End of clause) 52.252-4, Alterations in Contract (Apr 1984). Portions of this contract are altered as follows: ____________________________________________ (End of clause) 52.252-5, Authorized Deviations in Provisions (Nov 2020). (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.252-6, Authorized Deviations in Clauses (Nov 2020). (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 5352.201-9101 OMBUDSMAN (Jul 2023). (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 ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, 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) (xiv) Defense Priorities and Allocation System: N/A. (xv) Responses to this combined synopsis/solicitation must be received via email by Wednesday, 17 January 2024, no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA441824Q0004. Please send responses to both email addresses below: (xvi) Address questions to 2d Lt Laura Wade, Contract Specialist, at (843) 963-3304, email laura.wade.2@us.af.mil or Taylor McDaniel, Contracting Officer, at (843) 963-4491, email taylor.mcdaniel.1@us.af.mil. For more opportunities, visit https://www.airforcesmallbiz.af.mil/ (see Business Opportunities in the top-middle of the browser page). Direct link: https://www.airforcesmallbiz.af.mil/Small-Business/Business-Opportunites/. Also see http://www.sba.gov. Attachments: 1 - Range Cleaning Performance Work Statement_1 Apr 2024 2 - Wage Determination 2015-4427 dated 10 Jul 2023 3 - Range Cleaning FA441824Q0004_Pricing Worksheet Rev2 4 - Wage Determination 2015-4427 Rev. 25 dated 26 Dec 2023 Period of performance: 1 March 2024 - 29 Feb 2025

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
166
Active Projects
93
Bidding Soon
985
All Active Projects
461
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

January 17, 2024

March 1, 2024

February 28, 2025

img_map_placeholder

125 Range Rd, Charleston, SC

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.