Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

R -- Roman Catholic Priest - Performance Work Statement - Request for Quote

Notice Date
8/22/2008
 
Notice Type
Request for Quote
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-08-Q-0012
 
Archive Date
9/20/2008
 
Point of Contact
Nelia A. Cadacio, Phone: 707-424-7729
 
E-Mail Address
nel.cadacio@travis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is FA4427-08-Q-0012; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense DCN 20080721, and the Air Force Acquisition Circular (AFAC) is 2007-0823. The associated Standard Classification (SIC) is 8661. The North American Industry Classification System is 813110 and the business size standard is $7 M. The Federal Supply Class (FSC) is G002. This solicitation is 100% small business set aside. The government intends to solicit and award this purchase order for the following item: CLIN 0001: Services, nonpersonal: Contractor will furnish all labor, tools, materials, transportation to provide services of a Roman Catholic Priest to perform specific catholic, cultural, and spiritual needs for Travis AFB in accordance with the attached Performance Work Statement (see below.) Period of performance is from 1 Oct 08 through 30 Sep 09. Offeror must quote cost per month. The following provisions or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instruction to Offers-Commercial. FAR 52.212-2-Evaluation-Items paragraph (a) to this provision is completed as follows: Technical experience as required by the government and price. FAR 52.212-4-Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5-Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item include clauses: (a)(1) 52.233-3 Protest After Award, (a)(2) 52.233-4 Applicable Law for Breach of Contract Claim, (b)(5)52.219-6 Notice of Total Small Business Aside; (b)(15) 52.219-28 Post Award Small Business Program; (b)(16) 52.222-3 Convict Labor; (b)(18) 52.222-21 Prohibition of Segregated Facilities; (b(19) 52.222-26 Equal Opportunity; (b)(21)52..222-36 Affirmative Action for Workers with Disabilities, (b)(24) 55.222-50 Combating Trafficking in Persons; (b)(36) 52.232-33 Payment by Electronics Funds Transfer. FAR 52.204-7 CCR; 52.209-6 Protecting the Government's Interest; 52.212-3 Offeror Representations and Certification-Commercial Items; 52.232-18 Availability of Funds; 52.247-34 FOB Destination; 52.253-1 Computer Generated Forms; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-5 Contract Terms and Conditions (Dev); 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviation in Clauses; DFARS 252.204-7004 ALT A Required Central Contractor Registration; 252.212-7001 Dev Contract Terms and Conditions; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Alt III Transportation of Supplies by Sea; 5352.201-9101 Ombudsman; 5352.223-9000 Elimination of Use of class 1 Ozone Depleting Substance. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be valid for 60 days and may be transmitted by e-mail or fax to nel.cadacio@travis.af.mil, fax 707-424-2712, and are to be received at the 60th Contracting Squadron no later than 4:00PM PST, 05 Sep 08. The point of contact for this solicitation is Nelia A. Cadacio, Contract Specialist, 707-424-7729. Alternate point of contact is Josephine G. Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil. The following security requirements is hereby incorporated to the combined/synopsis solicitation. 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all contractors desiring access must adhere to installation entry requirements, to include, criminal background history (CBH) checks, National Crime Information Center (NCIC) wants/warrants checks and California Law Enforcement Telecommunication System (CLETS) driver license history checks. A CBH check is not required for contractors if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). Contractors are divided into two categories to ensure proper screening and to minimize installation access delays as follows:  Category 1 (Cat-1) contractors are the primary and some sub-contractors who are identified against a contract prior to the contract performance start date.  Category 2 (Cat-2) sub-contractors and affiliate workers not previously identified against a contract prior to the contract performance start date. Contractors will ensure all Cat-1 and Cat-2 contractors possess proper credentials allowing them to work in the United States. Additionally, contractors will ensure illegal aliens are not employed and/or transported onto the installation. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 2. Criminal Background Checks. Cat-1 and Cat-2 contractors whose criminal background meets any of the following 12 disqualifiers will not be allowed installation access. All Cat-1 and Cat-2 contractors will be adjudicated based on the following disqualifying base access criteria:  U.S. citizenship, immigration status, or social security account number cannot be verified.  Barred from entry/access to any military installation or facility.  Wanted by federal or civil law enforcement authorities, regardless of offense or violation.  Name appears on any federal agency's list for criminal behavior or terrorist activity.  Convicted of espionage, sabotage, treason or terrorism.  Incarcerated for 12 months or longer within the past three years, regardless of offense or violation.  Convicted of a firearms or explosives violation within the past three years.  Convicted of illegal possession or use of drugs/narcotics on more than one occasion within five years from the date access to Travis AFB is requested.  Convicted of an offense involving drug trafficking, possession with intent to sell or drug distribution within 10 years from the date access to Travis AFB is requested.  Convicted of a felony involving violence against a person, arson, robbery or burglary within five years from the date access to Travis AFB is requested.  Required to register as a sex offender under federal law or the applicable state law.  Convicted of any crime involving indecent acts with a minor or a felony that is sexual in nature. Cat-1 and Cat-2 contractors adjudicated and cleared under the disqualifying criteria are considered cleared for installation access for a two-year period regardless of the number or length of contract; thereafter, a renewal is required. During the two-year period, Pass and Registration or the Visitor Control Center will perform random samplings of CBH, NCIC wants/warrants and CLETS driver license history checks of contractors already cleared. Cat-1 and Cat-2 contractors with disqualifying base access information will be issued a barment letter immediately revoking their base access privileges. Cat-1 and Cat-2 contractors requesting to contest the adjudication, barment, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 3. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all Cat-1 and Cat-2 contractors working under that contract. Additionally, the primary contractor will: Coordinate Cat-1 and Cat-2 base entry requirements with the 60th Contracting Squadron. Advise Cat-1 and Cat-2 contractors requesting base access on requirement to complete, sign and submit a Travis Form 251, Consent for Background Check. Forms are available at Pass and Registration, Visitor Control Center or the AF Portal e-publishing website. Any Cat-1 or Cat-2 contractor who does not complete or sign the form will be denied installation access. Advise Cat-1 and Cat-2 contractors that the badge/pass is only valid for the purpose, person and vehicle for which it was issued. Use of the badge/pass for any other purpose or by any other person will result in the pass being confiscated. Cat-1 and Cat-2 contractors that misuse their pass may face revocation of installation access privileges and/or barment actions. If a pass is lost, notify the Pass and Registration Office immediately.  To obtain a pass, personnel will need a valid state or government photo identification.  To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within one week, to the 60th Contracting Squadron of any changes in Cat-1 or Cat-2 contractor status. This includes, but is not limited to, the contractor being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from Cat-1 and Cat-2 contractors which no longer need installation access upon termination of the contract. Passes will be turned into the Pass and Registration Office, Bldg 599. Processing Cat-1 Contractors. Provide an EAL (Entry Authority List) of all Cat-1 contractors on company letterhead which require a badge/pass. All requests for a badge/pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A badge/pass will be issued for a maximum of one year. Prior to renewing a badge/pass, return the old badge/pass to the Pass and Registration for destruction. Ensure the EAL includes:  Contract number  Work site or location  Inclusive dates of the contract  Work schedule (include days of the week and time periods contractors are on base)  Contractor's full name, date of birth, and social security number When the EAL is submitted, ensure a TAFB Form 251, Consent for Background Check, is attached for each person. Processing Cat-2 Contractors. Only persons who have undergone a CBH and are clear of disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet Cat-2 contractors at the Visitor Control Center, and ensure they complete Travis Form 251, Consent for Background Check. 4. Lost Badges/Passes. The supervisor of Cat-1 and Cat-2 contractors will investigate and provide written notification for a lost badge/pass to the 60th Contracting Squadron. Written notification should include an explanation from the contractor on how, when, where and what steps have been taken to locate the missing badge/pass. If a replacement is needed, forward the notification with the request for a badge/pass. 5. Escort Requirements. Cat-1 and Cat-2 contractors when working in a Controlled, Restricted or other sensitive areas must be escorted at all times. The military agency or unit responsible for the project or work is responsible for providing the escorts. The contractor shall follow existing procedures and instructions for obtaining entrance to Controlled, Restricted and sensitive areas. Additionally, Cat-2 contractors while be escorted while obtaining a pass and at all times while on the installation. 6. Increased Force Protection Condition (FPOCON). During FPCON Normal, Alpha and Bravo; Cat-1 and Cat-2 contractors without a base issued badge/pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential Cat-1 and Cat-2 contractors will be suspended at the direction of the Installation Commander. All Cat-1 and Cat-2 contractors attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the badge/pass. Identification Common Access Card (CAC). Cat-1 contractors requiring computer access must submit a request through the Contractor Verification System. The QAP is designated as the sponsor and will assist with this process. Once issued, the CAC card must be in the contractors possession at all times while on base and performing official duties.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e684c6d0f43902e2d35fa44e0e14414&tab=core&_cview=1)
 
Document(s)
Request for Quote
 
File Name: Performance Work Statement is attached. Please provide quote in accordance with this document. Thanks (PWS FINAL Cath Priest 20 Aug 200 with SFS additional info.docx)
Link: https://www.fbo.gov//utils/view?id=0ab53989b94289fa79664fecb2060dac
Bytes: 34.29 Kb
 
File Name: Please complete this page by close of business, 5 Sep 08. Thanks (RFQ Priest.doc)
Link: https://www.fbo.gov//utils/view?id=4d360ed3c55ca57f0ae3c655683414cb
Bytes: 30.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Travis Air Force Base Chapel, Travis, California, 94535, United States
Zip Code: 94535
 
Record
SN01648968-W 20080824/080822223228-1e684c6d0f43902e2d35fa44e0e14414 (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.