Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

L -- Administrative Tax Assistant - Statement of Work - Bid Schedule - Wage Determination

Notice Date
12/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A0W41321A901
 
Archive Date
1/3/2012
 
Point of Contact
2dLt Amanda Nerg, Phone: 7017475284, Jeremiah J Snedker, Phone: (701) 747-5299
 
E-Mail Address
amanda.nerg@us.af.mil, jeremiah.snedker@us.af.mil
(amanda.nerg@us.af.mil, jeremiah.snedker@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination for Administrative Tax Assistant Bid Schedule for Administrative Tax Assistant Statement of Work for Administrative Tax Assistant This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; proposals are being requested and a written solicitation will not be issued. i. This synopsis reference number is F2A0W41321A901 and is being used as a Request For Quote (RFQ). ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-54 and DFARS Change Notice 20111118. iii. This solicitation is 100% small business set-aside. A firm fixed price contract will be awarded and all responsible offers will be accepted. The associate NAICS code is 561110, Office Administrative Services, with a small business size standard of $7M. iv. The 319th Contracting Flight at Grand Forks AFB, ND requires the following item: a Administrative Tax Assistant in accordance with the attached Statement of Work (SOW). v. Period of performance will be 3 January 2012 to 20 April 2012. vi. The wage determination applicable to this acquistion is 2005-2407, Revision No: 11, Date of Revision: 6/13/2011 (see attached) vii. 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 http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers-Commercial (Amended) As a minimum, offers must show -- (1) The reference number; (2) The time specified in the RFQ for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and any discount terms; (5) "Remit to" address, if different than mailing address; (6) Acknowledgment of Amendments; 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. Award will be made to the lowest priced offeror. Contractors must include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item with it's proposal, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-41, Service Contract Act of 1965 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 DOL - Wage Class Equivalent Rate 01020 - Administrative Assistant $18.37 w/ fringe benefits GS-7 - Base $16.28 (End of Clause) FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging While Driving FAR 52.232-1, Payments FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.242-15, Stop-Work Order FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. FAR 52.252-2, Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: 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 https://www.acquisition.gov/far/ (End of clause) FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt. A, Required Central Contractor Registration. DFARS 252.212.7001, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items DFARS 252.232-7010, Levies on contract payments DFARS 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 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, valid vehicle insurance certificate, and 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. viii. Response to this solicitation must be received via email, fax or mail no later than 4:00 PM Central Standard Time on Monday, December 19, 2011. Responses should be marked with the reference number F2A0W41321A901. When addressing mail use the following: 319 Contracting Flight ATTN: 2Lt Amanda Nerg, 575 Tuskegee Airmen Blvd Bldg 418, Grand Forks AFB, ND 58205. ix. Address questions to 2dLt Amanda Nerg, Purchasing Agent, at fax (701) 747-4215 or email amanda.nerg@us.af.mil. The alternate POC for this requirement is Jeremiah Snedker, at 701-747-5299, or jeremiah,snedker@us.af.mil. Attachments: 1. Statement of Work (SOW) 2. Bid Schedule 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A0W41321A901/listing.html)
 
Place of Performance
Address: Grand Forks AFB Tax Center, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02636037-W 20111210/111208234439-7ade94500f6486685ac51a79b66412a2 (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.