Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

R -- F2XHA86347A200 CONSULTANT

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2XHA86347A200
 
Response Due
1/26/2007
 
Archive Date
2/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XHA86347A200 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-152 dated 12 Dec 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20061219. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the HQ AU/CF on Maxwell AFB, Alabama. This acquisition is being issued as a 100% set-aside for small business concerns. The North American Industrial Classification System Code is 813290 with a small business size standard of $6.5mil. This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: The contractor provide all tools, labor and material to perform the work described in the Statement of Work (SOW). Work will be performed within 90 days after receipt of contract. CLIN 0002: Performance under this contract requires travel. This is a not-exceed- CLIN. Reimbursement for this CLIN is limited to total allowable cost only in accordance with Federal Acquistion Regulation (FAR) 31.205-46. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of three sections: price and technical. Documents submitted in response to this RFQ must be fully responsive to and consistent with the requirements of this RFQ. Technical: Technical proposal should be limited to essential information and formatted with pages numbered consecutively. Price: Prices shall be entered at the net amount for each Contract Line Item Number (CLIN). Offerors interested in submitting a proposal to this RFQ must request a copy of the Statement of Work from Kay Bent, as the SOW cannot be attached to this document. See below for Ms. Bent?s contact information. BASIS FOR AWARD: This is a competitive best value acquisition using Low Price Technically Acceptable (LPTA) procedures. Award will be made to the responsible offeror who has the lowest priced technically acceptable proposal that meets or exceeds all of the minimum mandatory criteria in this RFQ. By submission of its offer the offeror is required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation criteria. Initially, the government?s technical evaluation team will evaluate technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable or Unacceptable. Evaluation of technical acceptability considers assessment of the offerors capability to satisfy the Government?s requirements in accordance with the Statement of Work (SOW). The offeror?s technical proposal will be evaluated against the following five (5) minimum mandatory criteria. 1. Provide evidence of an earned doctorate in in an appropriate field and evidence of a body of published work in the area of higher education, educational leadership, and/or institutional organization. 2. Demonstrate background knowledge in higher education administration evidenced by service as chief executive officer (president or chancellor) or chief academic/administrative officer (VPAA, executive VP, provost, etc) of a regionally accredited college or university. 3. Demonstrate knowledge and experience in conducting at least 5-10 comprehensive reviews of regionally accredited colleges or universities as evidenced by written description of the previous work done. 4. Provide evidence of a record of higher education consulting (training, writing, workshops, etc) for major higher education associations such as American Association of State Colleges and Universities (AASCU), American Council on Education (ACE), Association of American Colleges and Universities (AAC&U), Association of Catholic Colleges and Universities (ACCU), Association of Governing Boards of Universities and Colleges (AGB), Council for Advancement and Support of Education (CASE), Council for Higher Education Accreditation (CHEA), Council of Independent Colleges (CIC), or National Association of Independent Colleges and Universities (NAICU). 5. Demonstrate knowledge and experience in administrative oversight, consulting, or research in military educational institutions. Finally , the government will evaluate all technically acceptable and reasonably susceptible of being made acceptable offerors by price. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration (Jul 2006); Add paragraph (v) DFARS 252.204-7004, Alternate A (Nov 2003 and Add paragraph (w) AFFARS 5352.201-9101 Ombudmans (Aug 2005); Add paragraph (x), Maxwell 69, Insurance (May 2001) Note: Contractors are cautioned that a Certificate of Insurance is not required to perform against this order. However, to operate a motor vehicle on a military installation, the following minimum insurance coverage is required. Personal Liability for each person -- $10,000 Personal Liability for each accident -- $20,000 Property Damage Liability -- $5,000 Contractor will not be required to present evidence of the above coverage to the Operational Contracting Office, but may be required to produce evidence at entry points to Maxwell FAB or Gunter AFB upon application for base passes. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6 Notice of Small Business Set-Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.232-7003, Electronic Submission of Payment Requests (May 2006)ransportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Apr 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is S10. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 2:00 pm Central Standard Time, 26 January 2007. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax , e-mail or mail. All proposals must be faxed to (334) 953-3543 Attn: Kay Bent, e-mailed to kay.bent@maxwell.af.mil (subject: F2XHA86347A200), or mailed to 42 CONS/LGCB-2, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. If you have any questions or conerns, please contact Kay Bent at 334-953-4209. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: AU/CF, MAXWELL AFB AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01211043-W 20070114/070114190131 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.