Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

U -- MCCHORD AFB TEST ADMINISTRATOR BPA - Performance of Work Statement

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 COL JOE JACKSON BLVD, SUITE 2001, P O BOX 4178, McChord AFB, Washington, 98438, United States
 
ZIP Code
98438
 
Solicitation Number
BPAFY09EDUMCCHORD
 
Archive Date
10/13/2009
 
Point of Contact
Jason M. Hewitt, Phone: 2539822399
 
E-Mail Address
jason.hewitt@mcchord.af.mil
(jason.hewitt@mcchord.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance of Work Statement This is a combined synopsis/solicitation for supplies 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; TO ESTABLISH A Blancket Purchase Agreement for a Test Administrator IAW the attached Performance of Work Statement. McChord AFB located near Tacoma, Washington intends to establish a Firmed Fixed Price Award for the following: CLIN 0001- Non-personal services as Test Administrator. Base Year 1 Oct 2009 through 30 September 2010 Quantity: 12 Mo. Reference number BPAFY09EDUMCCHORD is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. This solicitation is set aside for small business; the associated NAICS code is 611710 and small business size standard is $7,000,000. Vendors must be actively registered in the Central Contractor Registration (CCR); the website is http://www.ccr.gov. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. WAGE DETERMINATION NO: WD 05-2153 (Rev.-8) AREA: Washington Counties of Lewis, Pierce and Thurston will be used for this requirement, if required. The following clauses are included by reference. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Sep 2006), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). The following FAR clauses are applicable: 52.233-3, Protest after Award (Aug 1996), 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (Jun 2003), Child Labor: Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-22, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports (Sep 2006); Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.222-41, Service Contract Act of 1965 as amended (May 1989) (See http://www.wdol.gov/sca.aspx to search for Wage Determination 05-2153 HI, Island Wide), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (June 2005); 252.225-7003, Buy American Act ? Free Trade Agreements ? Balance of Payments Program (Oct 2006); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.247-7023, Transportation of Supplies by Sea (May 2002). The following clauses are included by full text. 52.212-2 -- Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price. (b) Options. The Government will evaluate offers for award purpose by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-1 SOLICATATION 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): http://farsite.hill.af.mil/ (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): http://farsite.hill.af.mil/ (End of clause). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (LOCAL) AFFARS 5352.242-9000 (a) The contractor shall obtain base identification and vehicle passes for all contractor/subcontractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Every person (contractor/subcontractor) must obtain a pass, long term or short term, (AF Form 75) to gain entry to base. Short- term passes (24 hours or less) may be obtained at the Main Gate Visitors Center. All passes for longer than 24 hours are issued at Pass and Registration, Building 100, Suite 1001. Duty hours are Monday- Friday 0730 - 1600 hours. Large vehicles (pickup trucks or larger) that carry tools, toolboxes, equipment, supplies, etc. shall use the Commercial Gate (South Gate) for base access. Passenger type vehicles including minivans and pickup trucks that do not carry tools, toolboxes, supplies, and equipment, etc. shall use the Main Gate for base access. All contractor/subcontractor employees shall exit via the Main Gate. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. Contractors/subcontractors will not have access to base facilities other than work location, except for on-base eating facilities. Contract work hours will be as stated in the Statement of Work. Contractors/subcontractors will not have access to the base on nights and weekends unless the contract requires work to be done at those times. Any vehicle entering the base is subject to inspection at any time. Refusal may result in the individual being temporarily or permanently barred from the base. (b) All contractors/subcontractors are subject to criminal background checks prior to being allowed on base to work. Contractors/subcontractors will not be issued passes prior to submitting to background checks and being cleared by Security Forces Squadron (approximately a two week period). Contractors/subcontractors may be barred from base at the Installation Commander's discretion based on unfavorable information resulting from background checks. The contractor shall submit a written request to the contracting officer electronically in Excel format using the sample listed in Section J. A statement that all personal information will be handled in the manner required by the Privacy Act of 1974 shall be included on the form. The request shall include the following information for each contractor/subcontractor employee: Full name, date of birth, driver's license number including state of issuance, contract number/solicitation number, expiration date, and Contracting Office point of contact/telephone number. The contracting officer will endorse the request and forward it to the Security Forces Pass and Registration Office for processing. When reporting to the pass and registration office, the authorized contractor individual(s) shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Contractors/subcontractors will not be allowed to escort any contractor/subcontractor employees onto the base. Personnel that are not United States citizens or are foreign nationals may be required to provide additional identification documents with the request for base access. Special authorization may be necessary, prolonging approval/disapproval. The Government reserves the right to deny access to anyone. Failure to allow a contractor/subcontractor employee on base does not constitute justification for a time extension or request for equitable adjustment. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned contractor/subcontractor personnel. If contractor/subcontractor employees are added after initiation of work, the base entry list, in its entirety, indicating additions/deletions, shall be resubmitted not later than seven (7) days prior to the individual(s) starting work on McChord AFB. (d) The contractor shall also be responsible for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. Contractors must return passes if an individual is no longer part of the contract (finished with portion of work, terminated from service, barred from base). Contractors must report lost passes. Contractors must report missing employees with passes. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. Failure to comply with this requirement may result in withholding of final payment. (e) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (f) Contractor/subcontractor access may be limited or not allowed in higher Force Protection Conditions (FPCONS) or higher threat situations. In higher FPCONS, entry may be limited to only the Commercial Gate. Contractor POVS/unmarked contract vehicles may not be allowed in higher FPCONS. (g) If the contract states that contractors will be issued keys, they must report missing keys as soon as they are discovered to be missing. All keys issued to the contractor must be returned upon completion of the contract. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 4:00 P.M. local time on 28 Sept 09 to 62 CONS/LGCB, 100 Col Joe Jackson Blvd, Suite 2001, McChord AFB, WA 98438 via e-mail); POC SSgt Jason Hewitt, Contract Specialist, 253-982-2399 at jason.hewitt@mcchord.af.mil or MSgt Faye Ritter, Contract Officer, 253-982-9026 at faye.ritter@mcchord.af.mil. 1 Attachment: Performance of Work Statement, Dated 10 August 2009, 10 pgs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/62CONS/BPAFY09EDUMCCHORD/listing.html)
 
Place of Performance
Address: McChord AFB, Washington 98438 Building 851 room 304., McChord AFB, Washington, 98438, United States
Zip Code: 98438
 
Record
SN01959693-W 20090919/090918000941-aa52207745fe76dd5d556f98050ad8d2 (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.