section a - solicitation/contract form combined synopsis ... government... · combined...

31
W91QF420R0009 Page 1 of 31 Section A - Solicitation/Contract Form COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) This solicitation #W91QF4-20-R-0009 is issued as a Request for Proposal (RFP). (iii) Federal Acquisition Circular: This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04 effective as of 15 January 2020. (iv) NAICS code: The corresponding NAICS code for this solicitation is 562910 – Remediation Services - Environmental with a size standard of 750 Employees (PSC of F108 – Hazardous Substance Removal, Cleanup, and Disposal Services. An Offeror must be registered on the System for Award Management (SAM) before an award could be made to them. If a company is not registered in SAM, they must do so by going to SAM web site (https://www.sam.gov) and registering prior to submission of a proposal. This requirement is being advertised as a “Total Small Business” Set Aside. (v) Contract Line Items:

Upload: others

Post on 03-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 1 of 31

Section A - Solicitation/Contract Form

COMBINED SYNOPSIS-SOLICITATION

W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

(i) This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in 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.

(ii) This solicitation #W91QF4-20-R-0009 is issued as a Request for Proposal (RFP).

(iii) Federal Acquisition Circular: This solicitation document incorporatesprovisions and clauses in effect through Federal Acquisition Circular 2020-04 effective as of 15 January 2020.

(iv) NAICS code: The corresponding NAICS code for this solicitation is 562910 –Remediation Services - Environmental with a size standard of 750 Employees (PSC of F108 – Hazardous Substance Removal, Cleanup, and Disposal Services. An Offeror must be registered on the System for Award Management (SAM) before an award could be made to them. If a company is not registered in SAM, they must do so by going to SAM web site (https://www.sam.gov) and registering prior to submission of a proposal. This requirement is being advertised as a “Total Small Business” Set Aside.

(v) Contract Line Items:

Page 2: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 2 of 31

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job

Bldg 431 FFP Asbestos Abatement, Removal, and Disposal Old USDB Carwash B431 approximately 175 sf floor tile/mastic and 36 sf crawl space. FOB: Destination PSC CD: F108

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job

Bldg 313 FFP Asbestos Abatement, Removal, and Disposal B313 first floor tile/linoleum/mastic under carpet 1546 sf FOB: Destination PSC CD: F108

NET AMT

Page 3: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 3 of 31

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job

Bldg 286 FFP Asbestos Abatement, Removal, and Disposal B286 basement Rm 22 and adjacent latrine floor tile and mastic 220 sf FOB: Destination PSC CD: F108

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Job OPTION Bldg 136

FFP Asbestos Abatement, Removal, and Disposal B136 NEC approximately 960 sf floor tile/mastic FOB: Destination PSC CD: F108

NET AMT

Page 4: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 4 of 31

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Job OPTION Bldg 78

FFP Asbestos Abatement, Removal, and Disposal B78 old caddy shack roofing, 575sf FOB: Destination PSC CD: F108

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Job OPTION Bldg 43

FFP Asbestos Abatement, Removal, and Disposal B43 carpeted / linoleum flooring with approximately 12,300sf FOB: Destination PSC CD: F108

NET AMT

Page 5: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 5 of 31

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Job OPTION Bldg 77

FFP Asbestos Abatement, Removal, and Disposal B77 upstairs conf. room tile / mastic floor 1990sf FOB: Destination PSC CD: F108

NET AMT

Page 6: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 6 of 31

Section C - Descriptions and Specifications

STATEMENT OF OBJECTIVES

Statement of Objectives

1. Introduction and Overview

Fort Leavenworth has an extensive inventory of building which have asbestos containing material (ACM)predominantly floor tile and mastic. In order for renovations to be planned or executed some of this ACM mustbe abated.

2. Overall SCOPE

The scope of this requirement is to abate specific areas in specified buildings on Ft. Leavenworth. Final airclearance testing must be 3rd certified party for occupied buildings.

Scope does not include: No discovery sampling is needed. Environmental already has the test results for thespecific areas.

3. Objective(s)

The objective is to remove all asbestos from the specified areas so that the buildings can be renovated at a laterdate.

PRODUCT/SERVICE VISION: The ACM listed in the CLINs below to be abated in a manner in accordancewith Federal and State regulations, including OSHA which are summarized in Tech Exhibit 3 for friable andnon-friable ACM. Waste material to be disposed of at an appropriate facility after manifesting through theDPW Environmental Division Hazardous Waste Manager, Bruce Adams, 913-684-8980. Final air clearancesampling of occupied buildings to be performed by a certified 3rd party.

Abatement work will be scheduled within 2 weeks of a CLIN being funded. Work can be performed duringnormal workday/work hours.

A site visit is scheduled for March 23, 2020 at 1PM CST. Offeror’s proposed statements of work and bids willbe due April 11, 2020 at 5pm CST.

Abatement will conform to Technical Exhibit 3 - ASBESTOS ABATEMENT SPECIFICATIONS

4. Period and Place of PerformanceThe period of performance of the requirement is anticipated to be 15 May 2020 through 30 September 2020.

The primary place of performance for this effort will be at government or contractor facilities on Ft.Leavenworth. The buildings include:

CLIN 1 - Old USDB Carwash B431 approximately 175 sf floor tile/mastic and 36 sf crawl space.CLIN 2 – B313 first floor tile/linoleum/mastic under carpet 1546 sfCLIN 3 – B286 basement Rm 22 and adjacent latrine floor tile and mastic 220 sfCLIN 4 - B136 NEC approximately 960 sf floor tile/masticCLIN 5 – B78 old caddy shack roofing, 575sfCLIN 6 - B43 carpeted / linoleum flooring with approximately 12,300sfCLIN 7 - B77 upstairs conf. room tile / mastic floor 1990sf

Page 7: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 7 of 31

5. Order Type/Award Term OptionThis requirement is anticipated to be a Purchase Order with multiple CLIN numbers.

6. Technical Overviewa. Follow Ft. Leavenworth environmental and abatement requirements

b. Stakeholders –

- Ft. Leavenworth DPW / Environmental- COR- End Users

7. Required Tasks

Task 1: Propose a total solution in the form of a Statement of Work to the Government in order to encompass abatement of asbestos (both friable and non-friable as described in TE-3) to include testing achieve the overall scope and objectives listed above in paragraph #2 and #3.

Task 2: Ensure contractor or sub-contractor personnel are qualified and trained to perform duties proposed in SOW proposed to the Government.

Task 3: Ensure on site Project Manager is an employee of the Prime Contractor.

- Overall responsibilities include;

- Ensuring that all personnel scheduled to work on post have made appropriate coordination with the VisitorControl Center to have access to the installation for the proposed time period of work.

- Ensuring proposals from Prime Contractor and Sub-Contractor take into account appropriate labor categoriesunder the Department of Labor Service Contract Act.

- Ensures coordination upon award with the requiring activity Contracting Officer Representative for a Kick OffMeeting and has the ability to provide a schedule of performance within 7-10 business days after the initialkick-off meeting.

- Ensures all Prime Contractor and Sub-Contractor personnel have completed any required Anti-Terrorism andOPSEC training required under this task order as applicable.

- Ensures Prime Contractor has WAWF Point of Contact for submission of invoices upon completion of work.

- Ensures Prime Contractor has ECMRA Point of Contact for submission of annual report not later than 31October of each calendar year.

8. Delivery / Acceptance

a. Notice Regarding Late Delivery – The Contractor shall notify the COR, or other authorized representativedesignated in each Task Order, as soon as it becomes apparent to the Contractor that a scheduled deliverywill be late. The Contractor shall include in the notification the rationale for late delivery, the expected datefor the delivery, and the project impact of the late delivery. Such notification in no way limits anyGovernment contractual rights or remedies, including, but not limited to, termination.

Page 8: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 9 of 31

b. Default Acceptance – Notwithstanding the foregoing, any deliverable requiring acceptance by theGovernment within 10 business, the Government considers days of final delivery as “Accepted” if theContractor has received no written notice of non-conformity within the acceptance period.

Page 9: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 9 of 31

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government

Page 10: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 10 of 31

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 150 dys. ADC 1 DIRECTORATE OF PUBLIC WORKS RONALD FLINNER 820 MCCLELLAN AVE. FORT LEAVENWORTH KS 66027 913-684-7789FOB: Destination

W90F2Q

0002 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

0003 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

0004 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

0005 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

0006 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

0007 150 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination

W90F2Q

Page 11: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 11 of 31

Section G - Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(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.

“Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requestsand receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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 athttps://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registrationavailable at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based TrainingCourse and use the Practice Training Site before submitting payment requests through WAWF. Both can beaccessed 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 DataInterchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting paymentrequests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items—

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the ContractingOfficer.

Page 12: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 12 of 31

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets therequirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by theContracting Officer.

2in1

Unit WAWF Acceptor: TBD

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial item financing, submit a commercial item financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in thecontract.

[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill inapplicable 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 W91QF4 Admin DoDAAC** W91QF4 Inspect By DoDAAC W90F2Q Ship To Code W90F2Q Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) W90F2Q Service Acceptor (DoDAAC) W90F2Q Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the typeof payment request in accordance with the payment clause, contract financing clause, or Federal AcquisitionRegulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

Page 13: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 13 of 31

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’sWAWF point of contact.

Contract Specialist: Larissa A. Brown [email protected] (913) 684-1622

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Page 14: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 14 of 31

Section H - Special Contract Requirements

LOCAL INSTRUCTIONS

RESPONSIBILITY FOR ADMINISTRATION OF CONTRACT

a. The Contracting Officer is responsible for the administration of this contract. The Contracting Officer aloneis authorized to the extent indicated in the contract to take action on behalf of the government which resultsin changes in the terms of the contract, including deviations from specifications, details and deliveryschedules. Communications pertaining to contractual administrative matters will be addressed to theContracting Officer. No changes in or deviation from the scope of work shall be effected without a writtenmodification to the contract executed by the Contracting Officer. Delivery/Task orders will be issued by theContract Administration Division.

b. No oral statement of any person will in any manner or degree, modify or otherwise affect the terms of thiscontract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the saidauthority remains solely with the Contracting Officer.

c. All matters pertaining to Government administration of this contract should be directed to:

ATTN: Larissa A. Brown MICC Ft. Leavenworth 535 Kearny, Bldg 338 FORT LEAVENWORTH, KS 66027-1417 TELEPHONE NUMBER: 913-684-1622 FAX NUMBER: 913-684-1610

E-MAIL: [email protected]

OR

ATTN: Robert Parvin, Contracting Officer MICC Ft. Leavenworth 535 Kearny, Bldg 338 FORT LEAVENWORTH, KS 66027-1417 TELEPHONE NUMBER: 913-684-1624 FAX NUMBER: 913-684-1610

E-MAIL: [email protected]

RESTRICTED ACCESS TO MILITARY INSTALLATION – COOPERATION WITH FORCE PROTECTION MEASURES

a. The contractor agrees to abide by and cooperate with Force Protection measures that are implemented onthe military installation.

b. The Contractor shall comply with, and in the instance of contractor/sub-contractor employees, shall ensurecompliance with the following instructions when access to the Fort Leavenworth installation/facilities arerequired for contract performance. These local instructions are incorporated in this contract, in order toimplement local installation antiterrorism/operations security policies and procedures, and to supplementFederal Acquisition Regulation (FAR) clause 52.204-9, which, if applicable to this contract, is located inSection I of the contract. In the event of conflict between any portion of this supplement and/or FAR52.204-9; and any other provision within the PWS, or specifications; clause 52.204-9 (if listed) shall takeprecedence. In the event of conflict between this supplement and any other provision within the PWS, or

Page 15: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 15 of 31

specifications, this supplement shall take precedence.

(i) An un-cleared contractor is an individual who falls into one of two categories: (1) CAC-eligible; and (2)Non-CAC eligible. The Common Access Card (CAC) is the DoD federal personal identity verificationcredential. CAC Eligibility is defined in Army Directive 2014-05, dated March 7, 2014.

(ii) Army Directive 2014-05 provides that all contractor and/or subcontractor personnel who do not possessa CAC, another Federal personal identity verification card, or other authorized DoD identification cardand who require unescorted access to Army installations must have a validated need for such access andundergo a vetting process to determine their fitness for access. Accordingly, non-CAC eligible, un-cleared contractor and/or subcontractor personnel requiring access to the Fort Leavenworth installationand facilities, to perform under this contract, will submit personal identity information through the FortLeavenworth Installation Pass implementation.

c. Contractors and Contract Employees may obtain a Locally Approved Credential (LAC) for up to 365 daysfor entry through Grant or Hancock Gates. See location & hours of operation at the following –https://garrison.leavenworth.army.mil/index.php/my-fort/all-services/gate-information

d. Prime contractors can direct their Sub-contractors to the Visitor Control Center in order to obtain a 30 daypass. See location & hours of operation at the following –https://garrison.leavenworth.army.mil/index.php/my-fort/all-services/gate-information

e. Contractors and Contract Employees may obtain a 12 month access pass through the RAPIDGate program.For details call 1-877-RAPIDGate (1-877-727-4342) or visit the following link noted above in paragraph b.

f. Personnel entering the Fort Leavenworth Visitor Control Center must contain a valid driver’s license,registration and proof of insurance and that of all passengers must have a either a driver’s license or otherform of government photo ID. Following a routine background check, visitors will receive a TemporaryPass and Instructions allowing them to enter the installation.

LEGAL PUBLIC HOLIDAYS

Normal Working Hours: The Contractor shall schedule delivery or service hours to coincide with the working hours of the military installation, 7:30am to 4:00pm, a normal 5-day, 40 hour week, Monday through Friday, except legal holidays which include the following –

Federal Government holidays are:

New Year’s Day 1st day of January Martin Luther King Jr.'s Birthday 3rd Monday of January

Presidents Day 3rd Monday of February Memorial Day last Monday of May Independence Day 4th day of July

Labor Day 1st Monday of September Columbus Day 2nd Monday of October Veterans Day 11th day of November

Thanksgiving Day 4th Thursday of November Christmas Day 25th day of December

NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday. Holidays falling on a Sunday will be observed on the following Monday.

SAVE HARMLESS AND INDEMNITY AGREEMENT- The contractor shall save and keep harmless and shall indemnify the government against any and all liability, claims, demands and costs, of whatever kind and nature, for injury to or death of any person or persons and for loss or damage to any property (government or otherwise) occurring

Page 16: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 16 of 31

in connection with or in any way incident to or arising out of performance by the contractor. The contracting agency has discretion to offer for competition a proposed contract that imposes maximum risks on the contractor and minimum burdens on the agency.

KANSAS SALES AND USE TAX – Notwithstanding any other provisions of the contract, the contract price excludes the Kansas retailer's sales tax and compensating (use) tax on all sales of tangible personal property or services purchased by the Contractor or subcontractors for the sustainment, restoration, or repairs of buildings or other projects called for by this contract. In accordance with Kan. Stats. Anno. Sec 79-3606(e), the Contracting Officer will upon request from the Contractor obtain from the State and furnish an exemption certificate for this project for the use by the Contractor and subcontractors in the purchase of materials for incorporation in the project and of services. The Contractor and the subcontractors shall furnish the number of such certificate to all suppliers from whom such purchases are made, and the suppliers shall execute invoices covering the same bearing the number of such certificate. Pursuant to a 1977 amendment to K.S.A., 1976 Supp., 79-3606(e), effective 1 July 1977, the Contractor is required to retain all invoices for a period of 5 years during which time these invoices are subject to audit by the Kansas Director of Taxation. Upon completion of the project, the Contractor shall complete the Project Completion Certificate (Form STD 77, REV. 6/77) in duplicate, returning one copy to the Contracting Officer, and forwarding the other to the Kansas Director of Taxation.

CONDUCT OF EMPLOYEES – The contractor is fully responsible for the performance and conduct of their employees at all times while on or off post in the performance of services when in performance under this contract. Daily courtesies, to include customary greetings or professional interactions with Government employees are expected of the Contractor and their employees. The contractor shall not allow any employee to perform work under this contract while under the influence of alcohol, drugs, or any other incapacitating agent. Military police and other law enforcement personnel on post have the right to deny entry to post or remove from post any contractor employee for misconduct which endangers the health or safety of people or property or for reasons of security. In addition, the Post Commander may bar any individual from entering the post under the authority of 18 U.S.C. 1382. Removal from post of a contractor employee in accordance with the above shall not relieve the contractor from the requirements to meet all of the terms and conditions of the contract; nor shall such removal be grounds for the contractor to file a claim.

ADVERTISING ON CONTRACTOR VEHICLES – Advertising displayed on Contractor vehicles is permitted provided that the advertising is so worded as not to imply Army or United States Government approval or sanction of the advertised service and is not embarrassing or detrimental to the Government.

PACKAGING AND MARKING – All shipments of materials, equipment and/or supplies shall be addressed to the Contractor and not to the Government. The Contractor shall retain full responsibility for the delivery and acceptance of shipments to this installation or elsewhere that are required for the completion of this task order.

PROJECT LABELING FOR OFFICIAL CORRESPONDENCE – The Government singularly identifies each Task Order with a Task Order number at time of award. The Task Order number is a unique identifier to purposely and permanently represent an awarded project. The Government issued Task Order number is to be referenced on all official communications starting upon notice of award.

Contract Number (example only – W91QF417DXXXX) Customer POC: First Last, 913-684-XXXX

AT-OPSEC

A/T and OPSEC REQUIREMENTS

Page 17: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 17 of 31

AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 5 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html.

Access and general protection/security policy and procedures. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management.

For contractors that do not require CAC, but require access to a DoD facility 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) (Army Directive 2014-05/AR 190-13), 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.

iWATCH Training. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees’ commencing performance, with the results reported to the COR within 10 calendar days after completion of training by all employees and subcontractor personnel. iWATCH awareness training is available at the following website: (If weblink is not operable, contact the Contracting Officer for the training slides) http://www.myarmyonesource.com/cmsresources/Army%20OneSource/Media/PowerPoint/Family%20Programs%2 0and%20Services/iWatch%20Program/iWATCHTrng_for_Contractors_6APR15.pptx

OPSEC. Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training found at http://cdsetrain.dtic.mil/opsec/.

Page 18: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 18 of 31

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.204-13 System for Award Management Maintenance OCT 2018 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation

Support MAY 2016

252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for

Military Operations OCT 2010

CLAUSES INCORPORATED BY FULL TEXT

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2020)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which areincorporated in this contract by reference, to implement provisions of law or Executive orders applicable toacquisitions 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 byKaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services orEquipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19U.S.C. 3805 note)).

Page 19: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 19 of 31

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer hasindicated as being incorporated in this contract by reference to implement provisions of law or Executive ordersapplicable 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).

XXX (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

XXX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (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).

XXX (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 (Oct 2018) (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]

XXX (14)(i) 52.219-6, Notice of Total Small Business Set-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 (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).

Page 20: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 20 of 31

____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (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 (Aug 2018) 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 (OCT 2019) (15 U.S.C. 657f).

XXX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 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)).

XXX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

XXX (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126).

XXX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

XXX (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

____ (ii) Alternate I (Feb 1999) of 52.222-26.

____ (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).

____ (ii) Alternate I (July 2014) of 52.222-35.

XXX (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

____ (ii) Alternate I (July 2014) of 52.222-36.

____ (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).

XXX (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (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).

Page 21: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 21 of 31

____ (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 Televisions (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.

XXX (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. 13693).

____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

____ (ii) Alternate I (JAN 2017) of 52.224-3.

____ (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.

Page 22: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 22 of 31

____ (48) 52.225-5, Trade Agreements (Oct 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 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)).

XXX (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332).

____ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 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)(13)).

____ (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.

____ (iii) Alternate II (Feb 2006) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, thatthe Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions oflaw 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).

XXX (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

XXX (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) (AUG 2018) (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).

Page 23: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 23 of 31

_____ (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).

XXX (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658).

XXX (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).

(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, anddoes 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, shallhave access to and right to examine any of the Contractor's directly pertinent records involving transactions relatedto this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and otherevidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for anyshorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. Ifthis contract is completely or partially terminated, the records relating to the work terminated shall be madeavailable for 3 years after any resulting final termination settlement. Records relating to appeals under the disputesclause or to litigation or the settlement of claims arising under or relating to this contract shall be made availableuntil 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 thatthe 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, theContractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by theclause—

(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 byKaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services orEquipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontractsthat offer further subcontracting opportunities. If the subcontract (except subcontractsto small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), thesubcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

Page 24: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 24 of 31

(vi) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required inaccordance with paragraph (l) of FAR clause 52.222-17.

(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

(xii) 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.

(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).

(xiv) XXX (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

_____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xv) 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.)

(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for CertainServices--Requirements (May 2014) (41 U.S.C. chapter 67)

(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flowdown required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx1241(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 ofadditional clauses necessary to satisfy its contractual obligations.

(End of clause)

Page 25: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 25 of 31

52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor no later than 10 days prior to the required commencement of work and no later than 30 September 2020. Performance of services shall continue at the quoted rate for the exercised option CLIN under the contract, unless the parties otherwise agree.

(End of clause)

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):

https://www.acquisition.gov/content/regulations

(End of clause)

Page 26: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 26 of 31

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 TE 3 Asbestos Abatement

Specs 25 18-NOV-2019

Attachment 2 DOL Wage Determination

13 18-MAR-2020

Page 27: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 27 of 31

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FEB 2016

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.

AUG 2018

252.203-7005 Representation Relating to Compensation of Former DoD Officials

NOV 2011

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

OCT 2016

CLAUSES INCORPORATED BY FULL TEXT

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/content/regulations

(End of provision)

Page 28: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 28 of 31

Section L - Instructions, Conditions and Notices to Bidders

CLAUSES INCORPORATED BY REFERENCE

52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.212-3 Alt I Offeror Representations and Certifications--Commercial

Items (DEC 2019) Alternate I OCT 2014

52.237-1 Site Visit APR 1984 252.215-7007 Notice of Intent to Resolicit JUN 2012

CLAUSES INCORPORATED BY FULL TEXT

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/content/regulations

(End of provision)

52.212-1 Instructions to Offerors – Commercial Items

SF1449 – The SF 1449 must contain the offeror’s printed name, signature and date of submission (blocks 30a/b/c). The contractor shall acknowledge any amendments to the RFP in accordance with the instructions on the SF 1449. The offeror shall provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government.

Submit a Proposal valid for at least ninety (90) calendar days.

Technical Checklist: This is a Request for Proposal (RFP) for which the Offeror shall provide a Statement of Work on how their company will perform and achieve the overall Statement of Objectives (see Section C: Descriptions and Specifications) in order for the Government to evaluate the offeror’s understanding of the project. Statement of Work must adhere to Federal, state, and local applicable abatement standards as well as those contained in the attached Technical Exhibit.

Single Government Point of Contact: The Offeror shall provide a single Point of Contact (e-mail and phone number) for this requirement as the Project Representative for your company of whom is authorized to take actions to fulfill the Terms and Conditions of this requirement.

Pricing: The offer shall be placed in the Contract Line Item Numbers (CLINs) for the services required. In the description column the following minimum information shall be listed: catalog number, part number, description of

Page 29: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 29 of 31

salient characteristics / specifications, item quantity, unit price and extended amount, discount applied, and the grand total to include delivery to include any option CLINs contained within the RFP.

Past Performance: The offeror shall submit past performance of the same or similar nature previously performed for not more than three (3) awards. The data must be accurate, current and complete, to include the DUNS number, Cage Code, and two (2) Points of contact in order to serve as references for each project. Offerors without past performance may state as much and provide relevant experience that will allow the offeror to perform to the required standards.

Please provide any additional discounts(s) that might apply to this order.

NO MULTIPLE AWARDS: Offers must be submitted per job price. Multiple awards will not be made; therefore, offers that cover less than all the items and quantities in this solicitation will be rejected as non-responsive.

No Grey Market items (used or refurbished) are to be provided unless specifically allowed within the RFQ; this includes substitutions of any kind.

Offeror’s Representations and Certifications must be updated and current through the offeror’s SAM registration which may be referenced at https://www.sam.gov. Offeror’s shall ensure NAICS code for requisite requirement is updated within the offeror’s current SAM registration.

A Site Visit will be conducted on Thursday, April 2, 2020 at 1:00PM Central Time at:

MICC Fort Leavenworth 535 Kearny Ave, Bldg 338 Blockberger Terrace, Rm 201 Fort Leavenworth, KS 66027-1391

Please be sure to allow for additional time to process through the Post Visitor’s Center.

Point of Contact (RSVP and Directions):

Larissa Brown Contract Specialist Comm: 913-684-1622 [email protected]

(End of provision)

Page 30: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 30 of 31

Section M - Evaluation Factors for Award

CLAUSES INCORPORATED BY REFERENCE

52.217-5 Evaluation Of Options JUL 1990

CLAUSES INCORPORATED BY FULL TEXT

52.212-2 EVALUATION OF COMMERCIAL ITEMS

(a) Request for Proposals (RFPs) for this acquisition shall be evaluated utilizing Simplified Acquisition Proceduresas outlined in FAR subpart 13.106-2. This acquisition will be awarded to an offeror who is responsive to the RFPand otherwise determined responsible, conforms to the solicitation requirements; and provides the Lowest PricedTechnically Acceptable (LPTA) Proposal. No award shall be made by a Contracting Officer unless the price can bedetermined as fair and reasonable.

- Responsible Offeror: An offeror may be determined as responsible in accordance with the criteria outlinedin FAR Subpart 9.104.

- Responsive Offeror: An RFP is determined responsive if it contains all of the elements instructed to beprovided under the 52.212-1 Instructions to Offerors.

- Price Proposal: The Contracting Officer shall utilize Simplified Acquisition Procedures as stated in FARSubpart 13.106-2 and/or portions of FAR Part 15 in order to determine fair and reasonable pricing.

(b) Technical Checklist: The offer’s Proposal will be evaluated against the requirements within the Solicitation toinclude applicable attachments on an Acceptable or Unacceptable basis. Acceptable ratings are defined as those thatmeet or exceed the specifications and requirements identified in the solicitation. A proposal containing items thatexceed requirements do not merit additional consideration for award as no tradeoffs will be considered.

(c) Past Performance: The offer will be evaluated to assess the relative risks associated with the likelihood ofsuccess to perform the requirement as indicated by both the offeror’s submitted past performance and that availablewithin the public record. An offeror without Past Performance of a same or similar nature will be consideredneutral.

(d) Options (as applicable): The Government will evaluate offers for award purposes by adding the total price forall options to the total price for the basic requirement. The Government may determine that an offer is unacceptableif the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercisethe option(s).

(e) Notification: As part of this RFP, a written notice of award or acceptance of an offer, mailed or otherwisefurnished to the successful offeror within the time for acceptance specified in the offer, shall result in a bindingcontract without further action by either party. Before the offer's specified expiration time, the Government mayaccept an offer (or part of an offer), whether or not there are negotiations after its receipt.

(End of provision)

Page 31: Section A - Solicitation/Contract Form COMBINED SYNOPSIS ... Government... · COMBINED SYNOPSIS-SOLICITATION W91QF4-20-R-0009 Combined Synopsis/Solicitation – Asbestos Abatement

W91QF420R0009

Page 31 of 31

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/content/regulations

(End of provision)