Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

R -- Catholic Coordinator - Catholic Coordination PWS - Wage Determination

Notice Date
12/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6064
 
Archive Date
1/20/2012
 
Point of Contact
Bryan K. Wolford, Phone: 7195569381, Michael N. Hogan, Phone: 7195564796
 
E-Mail Address
bryan.wolford@peterson.af.mil, michael.hogan@peterson.af.mil
(bryan.wolford@peterson.af.mil, michael.hogan@peterson.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Wage Determination Performance Work Statement (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA2517-11-T-6064, Catholic Coordinator CREC/CPC is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. (iv) This procurement is being solicited as a Services Disabled Veteran Owned Small Business set-aside under NAICS code 813110, with a size standard of $7.0M. (v) The commercial items are outlined in the Performance Work Statement (PWS). The items required in the PWS are being procured for a base period and four option periods. (vi) DESCRIPTION: Contractor shall provide all necessary tools, equipment, materials, transportation, personnel, supervision, management, and anything else required to perform Catholic Religious Education Coordinator/Catholic Parish Coordinator Services for the Peterson AFB (PAFB) Chapel in accordance with the attached PWS. Base Period of Performance: 12 Months CLIN 0001 - Catholic Religious Education Coordinator Services CLIN 0002 - Catholic Parish Coordinator Services Option Period One: 2012 - 2013 CLIN 1001 - Catholic Religious Education Coordinator Services CLIN 1002 - Catholic Parish Coordinator Services Option Period Two: 2013 - 2014 CLIN 2001 - Catholic Religious Education Coordinator Services CLIN 2002 - Catholic Parish Coordinator Services Option Period Three: 2014 - 2015 CLIN 3001 - Catholic Religious Education Coordinator Services CLIN 3002 - Catholic Parish Coordinator Services Option Period Four: 2015 -2016 CLIN 4001 - Catholic Religious Education Coordinator Services CLIN 4002 - Catholic Parish Coordinator Services (vii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The government will not provide contract financing for this acquisition. (viii) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition (Jan 1999). Quote will be based on the lowest price quote with technical acceptance IAW the outlined PWS. 52.212-2 ADDENDUM TO FAR PROVISION 52.212-2, EVALUATION--COMMERCIAL ITEMS (a) The Government will only award a contract resulting from this solicitation if the offer conforms to the solicitation and PWS requirements. The following factors shall be used to evaluate the offer: Demonstrate how offeror will ensure key positions have a familiarity with the religious education coordinator requirements and they possess a minimum of two years experience working in similar religious education position. (b) Options. The Government will evaluate offer for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that the offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (ix) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition (Apr 2011). All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition (Jun 2010), applies to this acquisition. (xi) The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition (Mar 2011). (xii) The following additional FAR clauses apply to this acquisition: FAR 52.202-1 DEFINITIONS JUL 2004 FAR 52.203-3 GRATUITIES APR 1984 FAR 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 FAR 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SEP 2006 FAR 52.203-7 ANTI-KICKBACK PROCEDURES OCT 2010 FAR 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1997 FAR 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1997 FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER MAY 2011 FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION APR 2008 FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS MAY 2011 FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2010 FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT DEC 2010 FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS MAY 2011 FAR 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD JUN 1988 FAR 52.217-5 EVALUATION OF OPTIONS JUL 1990 FAR 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 15; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS JAN 2011 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION APR 2009 FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003). (xiii) The following DFAR clauses are: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS JAN 2009 DFARS 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES DEC 2008 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS JAN 2009 DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT APR 1992 DFARS 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION SEP 2007 DFARS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS MAY 2010 DFARS 252.204-7008 EXPORT-CONTROLLED ITEMS APR 2010 DFARS 252.204-7004 (Alt A), Central Contractor Registration (SEP 2007) DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) (xiv) The following AFFAR clauses are: AFFARS 5352.242-9001 COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (AUG 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either:(i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. AFFARS clause 5352.201-9101 Ombudsman (Aug 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (xv) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xvi) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. Questions regarding this solicitation shall be submitted in writing no later than 10:00 AM, MST Tuesday 3 January 2012. Responses to this solicitation must be submitted no later than 10:00 AM, MST Thursday 5 January 2012. (xvii) POC is Bryan Wolford, 719-556-9381, for information regarding this solicitation. Submit your quotes to Bryan Wolford at bryan.wolford.1@us.af.mil. The alternate POC for information regarding this solicitation is Michael Hogan, 719-556-4796, Michael.Hogan.11@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6064/listing.html)
 
Place of Performance
Address: Peterson AFB Chapel, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02641586-W 20111221/111219234138-f1add1ec23da20acd5b8b4d3d93a8491 (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.