SOLICITATION NOTICE
R -- Detour Coordinator - Attachments
- Notice Date
- 7/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W0D41173A001
- Point of Contact
- Thomas E. Hofkens, Phone: 4067314554, Lisa Murphy, Phone: 406-731-3625
- E-Mail Address
-
thomas.hofkens@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(thomas.hofkens@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Atch 2 Bid Schedule Atch 1 PWS COMBINED SYNOPSIS/SOLICITATION AIRMEN'S MINISTRY CENTER (DETOUR) COORDINATOR MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W0D41173A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561110 with a small business size standard of $7M. (v) Contract line items: CLIN 0001: Detour Coordinator (1 EA) (vi) Description of requirement: See Performance Work Statement (Attachment 1) (vii) Period of Performance shall be 1 year from date of award. FOB: Destination, at: 341 MW/HC 315 72 nd St North Malmstrom AFB, 59402-7514 (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Quotes will be evaluated on price and ability to meet qualifications. To be considered responsive, all quotes must contain a completed bid schedule and resume outlining related educational background and technical experience. The Government reserves the right to give p reference to applicants who have at least three years leadership experience in youth and/or young adult ministry. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. ( xi) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this solicitation. (xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (DEVIATION) applies to this solicitation. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 2005-2317, dated 06/13/2011, Revision 11 applies to this solicitation and may be view by full text at www.wdol.gov. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101 Ombudsman ( HQ AF Global Strike Command/A7K, 965 Twining Drive, Bldg 4565, Ste 102, Barksdale AFB, LA 71110-2415, 318-456-6336 ) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 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 Employee Class Monetary Wage Fringe Benefits General Clerk I, GS-2 $10.95 $3.97 (End of Clause) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe, or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) MALM I-2 General Insurance Requirements (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $1,000,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305 (c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $1,000,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Company Owned Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $500,000 per person and $1.000,000 per occurrence for bodily injury and $50,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 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 http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. 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. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) 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. (e) 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. (f) Failure to comply with these requirements may result in withholding of final payment. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship to Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 2:00pm MST, 1 Aug 2011. All quotes must be faxed to (406) 731-4005 to the attention of Thomas Hofkens or e-mailed to thomas.hofkens@malmstrom.af.mil. To be considered responsive, all quotes must contain a completed bid schedule (Attachment 2) and resume outlining related educational background and technical experience. (xvi) Direct your questions to the same at (406) 731-3624 or e-mail address thomas.hofkens@malmstrom.af.mil or Lisa Murphy at (406) 731-3625 or e-mail address lisa.murphy@malmstrom.af.mil. Attachments: 1. Performance Work Statement 2. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5530c803ce8ec6602cb83bf92e00924e)
- Place of Performance
- Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
- Zip Code: 59402
- Zip Code: 59402
- Record
- SN02488128-W 20110703/110701234405-5530c803ce8ec6602cb83bf92e00924e (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 |