Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

U -- Facilitator Training - Attachment #1, Performance Work Statement - Attachment #2, Past Performance Assessment questionnaires

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA80074A001
 
Archive Date
8/9/2011
 
Point of Contact
Manivanh S Mundy, Phone: 334-953-5861, Jacqueline A. Tellis, Phone: 334-953-3526
 
E-Mail Address
manivanh.mundy@maxwell.af.mil, jacqueline.tellis@maxwell.af.mil
(manivanh.mundy@maxwell.af.mil, jacqueline.tellis@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Assessment questionnaires Performance Work Statement 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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation reference number F2XJA80074A001 for initial facilitator training and certification, refresher facilitator training and certification class, and certification class and inspection of obstacles courses are being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 (08 July 2010), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100623 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2010-0402. It is the offeror’s responsibility to be familiar with applicable clauses and provisions. This solicitation is a 100% total set-aside for small business concerns. The North American Industrial Classification Code is 611699 with a small business size standard of $7.0M. This requirement is for basic period plus four option years. This acquisition is for the purchase of the following items: CLIN 0001 - Three (3) each. Initial Facilitator Training and Certification Class. Class is not to exceed five (5) training days. Period of performance 1 Aug 10 – 31 Jul 15. Base year (1 Aug 10 – 31 Jul 11) plus four (4) option years. CLIN 0002 - Three (3) each. Refresher Facilitator Training and Certification Class. Class is not exceed two (2) training days. Class size will not exceed 15 students. Period of performance 1 Aug 10 – 31 Jul 15. Base year (1 Aug 10 – 31 Jul 11) plus four (4) option years. CLIN 0003 - One (1) each. Inspection of all obstacles courses. Inspection of all obstacles courses operated by Officer Training School; including four courses at the Blue Thunder Training Site on Maxwell AFB (Rappel Tower & Rock Climbing Wall, High Ropes Course, Confidence Course and Assault Course) and one course at the Vigilant Warrior Training Site in Titus, Alabama (Assault Course). Period of performance 1 Aug 10 – 31 Jul 15. Base year (1 Aug 10 – 31 Jul 11) plus four (4) option years. The descriptions of the contract requirements for the training services are outlined in the Performance Work Statement (PWS) as set forth in Attachment 1. The Government anticipates award of a Firm-Fixed Price contract. Please refer to Attachment 1 for the period of performance and date of services. 52.212-1 – INSTRUCTION TO OFFORS-COMMERCIAL ITEMS A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, and Part III - Past Performance Information. (a) The proposals will be 8 1/2” x 11” paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11” x 17”. (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 12 pitch. (d) Elaborate formats, bindings or color presentations are not desired or required. 52.212-2 - EVALUATION – COMMERCIAL ITEMS BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in which competing offerors' proposal will be evaluated on a basis of technical acceptability, past performance, and price. Technical acceptibility and past performance are significantly more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability. Initially, the government technical evaluation team shall evaluate the technical proposals assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. The proposals shall be evaluated against the following subfactors: (a) Subfactor - All course curricula must be in accordance with Association of Challenge Course Technology (ACCT) standards and be approved the government. (b) Subfactor - Minimum acceptable course curricula Para 3.3.3.2.1 thru Para 3.3.3.2.11 in PWS. (c) Subfactor - The contractor will provide a minimum of two instructors per class. (d) Subfactor - Instructors must meet or exceed trainer qualifications for a Professional Vendor Member in the Association of Challenge Course Technology and have at least 3 years experience on these types of courses. B. Past Performance Assessment. Using questionnaires, the contracting officer shall seek relevant performance information on all based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a Substantial Confidence performance confidence assessment. Using questionnaires, the contracting officer shall seek relevant performance information on all offers based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other Government and commercial sources. Relevant performance includes performance of efforts involving initial facilitator training and certification course, refresher facilitator training and certification course and certification class and inspection of obstacles course that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. The purpose of the past performance evaluation is to allow the government to assess the offeror’s ability to perform the effort described in this RFP, based on the offeror’s demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in AFFAR, MP5315.3, Table 3. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will/will not be rated as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror’s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. If the lowest priced evaluated technically acceptable offer is judged to have a Substantial Confidence performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Please refer to Attachment 2 for Past Performance Assessment questionnaires. C. Price Evaluation. Next, the government shall rank all technically Acceptable and Reasonably Susceptible of Being Made Acceptable offers by price, including any option prices if applicable. An offeror’s proposed prices will be determined by multiplying the quantities identified in Section B by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at an evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. D. If the lowest priced evaluated technically acceptable offeror is not judged to have a Substantial Confidence performance confidence assessment, the next lowest technical offeror will be evaluated and the process will continue until an offeror is judged to have a Substantial Confidence performance assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. E. Offerors are cautioned to submit sufficient information and in the format specified. Offeror’s may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. F. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Interested vendors shall submit open market quotes for all or none of the CLINs listed. Partial quotes will not be accepted. Only one award will be made as a result of this combined synopsis/solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252.2, Clauses Incorporated by Reference, and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jun 2008) applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) is incorporated into this RFQ with an addendum to add the following clauses: FAR 52.204-7 Central Contractor Registration (Apr 2008). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option To Extend the Term of the Contract (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2007) applies to this acquisition. The clause 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) is applicable. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Sep 2007). The AFFARS clause 5352.201-9101, Ombudsman (Aug 2005), is applicable. The following local clauses applies to this acquisition: Maxwell 102, Option Clause Limitation Notice (Jan 2003); Maxwell 114, Required Posters (Feb 2003); Maxwell 119, WAWF-Electronic Submission of Invoice (Jan 2007), Reference DFAR Clause 252.232-7003 “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS.” Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on “About WAWF”. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 0 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes – (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 – Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract – WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 – This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 – It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: @maxwell.af.mil Contract Specialist: @maxwell.af.mil Contracting Officer: @maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The Defense Priorities and Allocations System rating is S10. A due date for offers will be Noon, CDS, 25 Jul 2010. Offers may be emailed to manivanh.mundy@maxwell.af.mil, or faxed to 334-953-3341, ATTN: Manivanh, or mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Reference the solicitation number. Please contact Manivanh Mundy for any questions or comments. Phone: 334-953-5861 Email: manivanh.mundy@maxwell.af.mil. Alternate point of contact: Jacqueline Tellis, Email: jacqueline.tellis@maxwell.af.mil, Phone: 334-953-3518.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA80074A001/listing.html)
 
Record
SN02209887-W 20100721/100719234411-456f2d2a316a90a591afd54f5991fbad (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.