Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
DOCUMENT

U -- Education Office Assistance - Statment of Work

Notice Date
8/26/2008
 
Notice Type
Statment of Work
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3S18141A001
 
Archive Date
9/19/2008
 
Point of Contact
Joshua A Blow,, Phone: 843-963-3569, Jacqueline Brown,, Phone: (843) 963-5857
 
E-Mail Address
joshua.blow@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3S18141A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 (iv) This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The associated NAICS code is 611710 with a $6.5 million size standard. "Funds are not presently available for the contract and the government's obligation under subject contract is specifically outlined in FAR 52.232-18 - "Availability of Funds". No legal liability on the part of the government for any payment may arise until after funds are available and the contractor receives written confirmation from the Contracting Officer." (v) Contractors shall submit a quote for the following on the attached Request For Quote (RFQ). 0001 Test Examiner 250 units (1 unit equals 4 hours) 0002 Education Advisor 500 units (1 unit equals 4 hours) (Please note education requirements in (SOW). All responsible sources may submit a quotation, which shall be considered. (vi) F1M3S18141A001 Test Examiner and Education Advisor on Charleston Air Force Base, South Carolina IAW the attached (SOW). (vii) The period of performance will be for a 12 month base period starting 1 Oct 2008 through 30 Sept 2009 and four (4) twelve month option periods. Offerors shall provide a response to this solicitation including: 1. A list of 3 to 5 references (no more than 3 years old) 2. A complete Price Schedule (attached RFQ form). (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Past Performance is significantly more important than price. If the lowest prices evaluated responsible offer is judged to have an exceptional performance risk rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made that offeror without further consideration of any other offers. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; • (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; (xii) The following additional clauses are applicable to this procurement. • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services • FAR 52.217-9, Option to Extend the term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev.6) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination 15110 Test Proctor $14.57 GS-07 15060 Education Technologist $24.55 GS-12 • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.223-6 Dug-Free Workplace • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions and 52.236-6 Superintendence by the Contractor • FAR 52.232-18 Availability of Funds • FAR 52.237-3 Continuity of Services • FAR 52.242-15 Stop Work Order • FAR 52.246-1 Contractor Inspection Requirements • FAR 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 Preference for Certain Domestic Commodities • DFARS 252.225-7031 Secondary Arab Boycott of Israel • DFARS 252.225-7014 Preference for Domestic Specialty Metals • DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by September 4, 2008 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3S18141A001. (xiv) A common access card will be issued for this requirement. Contractor/Vendor will be required to undergo a background check. DD From1172-2 shall be completed by the vendor. Instructions for the DD Form 1172-2 can be found at: http://www.dmdc.osd.mil/smartcard/docs/1172-2_Instructions.pdf (xv) Address questions to Joshua Blow, Contract Specialist, at (843) 963-3569, fax (843) 963-5183, email joshua.blow@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, and email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bd909591cc58add846f69fd63e02b09&tab=core&_cview=1)
 
Document(s)
Statment of Work
 
File Name: Education Advisor Statement of Work (Ed Advsr SOW Rev FY09.docx)
Link: https://www.fbo.gov//utils/view?id=f71a6f770e2f1eb29f7e86fbef96b667
Bytes: 18.67 Kb
 
File Name: Test Examiner Statement of Work (Test Examiner SOW Rev FY09.doc)
Link: https://www.fbo.gov//utils/view?id=20c5d83aa9cb8733376616240f4e881a
Bytes: 41.00 Kb
 
File Name: Request for Quote Sheet (RFQ Education Center.docx)
Link: https://www.fbo.gov//utils/view?id=b049c113708e653ebc6c5edfbaeac627
Bytes: 13.63 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: Charleston AFB, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01652027-W 20080828/080826230620-6bd909591cc58add846f69fd63e02b09 (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.