Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

S -- Catholic Parish Community Coordinator, GFAFB - Package #1

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
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
F2A0W81301A901-coordinator
 
Archive Date
1/21/2012
 
Point of Contact
Alex M. Ponusky, Phone: 7017474058, Paula Reinhard, Phone: 7017475281
 
E-Mail Address
alexander.ponusky@us.af.mil, paula.reinhard@us.af.mil
(alexander.ponusky@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Catholic Parish Community Coordinator This is a combined synopsis/solicitation for commercial items issued as Request for Quote (RFQ) # F2A0W81301A901 and is prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Flight at Grand Forks AFB, ND intends to establish a contract with a base year and four option years for a Catholic Parish Community Coordinator. This solicitation is unrestricted and all responsible offers will be accepted. Please refer to attached Statement of Work (SOW). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-54. The North American Industry Classification System (NAICS) code is 713110 (Religious Organizations), size standard $7.0 Million. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications. Offerors may use their company's format in lieu of this format when submitting their offer as long as it contains the following information: Offeror's Company Name: ____________________ Offeror's CAGE code or DUNS number: _____________________________ Offeror's Tax ID________________ Size of Business (large, small, woman-owned, etc): ___________________ Offeror's POC/Phone: __________________________________________ Prompt Payment Discount (if any): _________ CLIN Description Quantity Unit Unit Price Extended Price 0001 Catholic Community Coordinator Base Year 12 Mo. $ $ 1001 Catholic Community Coordinator 1 st Option Year 12 Mo. $ $ 2001 Catholic Community Coordinator 2 nd Option Year 12 Mo. $ $ 3001 Catholic Community Coordinator 3 rd Option Year 12 Mo. $ $ 4001 Catholic Community Coordinator 4 th Option Year 12 Mo. $ $ The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.232-33, Payment by electronic funds; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; 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 52.252-6, Authorized Deviations in Clauses (By Full Text); FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov. FAR 52.212-2 Evaluation Commercial Items. Price and technical qualifications represents best overall value to the government; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. ADDENDUM TO 52.212-2 BASIS FOR AWARD Quotes will be evaluated in accordance with FAR 13.106-1, which will be based on price and the contractors ability to meet the qualifications outlined in the Statement of Work. A comparative evaluation between offers will be conducted. A. Price Evaluation: The offeror's proposed prices will be determined by total price provided for on the price list. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price based on the following subfactor: -Completed price list. B. Technical Capability: The offeror's ability to meet the requirements as described in the Statement of Work. The proposals shall be evaluated against the following subfactor: -Qualifications C. Offerors are cautioned to submit sufficient information and in format specified in ADDENDUM 52.212-1 INSTRUCTIONS TO OFFERORS. Offerors may be asked to clarify certain aspects of their proposal. 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. (End of Provision) In accordance with 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 533 DOL Wage Class Government Schedule Equivalent Rate 01020 Administrative Assistant $18.37 plus fringe benefits GS-7 $16.28 plus fringe benefits Applicable Wage Determination No.: 2005-2407 Revision No. 11 dated 06/13/2011 is available at: http://www.wdol.gov/wdol/scafiles/std/05-2407.txt In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7001, Buy American Act and Balance Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003, Control of Government Personnel work product; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.232-7010, Levies on contract payments; DFARS 252.246-7000, Material Inspection and Receiving Report. 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 or AFISRA 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 or ARISRA 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. AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000 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 SFS Form 74 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, citing the appropriate paragraphs as applicable. (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. Offers must be sent in writing, by fax, or via e-mail to the Purchasing Agent, A1C Alexander Ponusky, no later than 3:00 P.M. (CST) on, 6 January 2012 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND 58201 ATTN: A1C Alexander Ponusky. For more information email alexander.ponusky@us.af.mil or call at # 701-747-4058. Fax # 701-747-4215. The alternate POC for this requirement is Paula Reinhard, at #701-747-5281, or paula.reinhard@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A0W81301A901-coordinator/listing.html)
 
Place of Performance
Address: Prairie Rose Chapel, 345 Tuskegee Airmen Blvd., Building 208, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02644661-W 20111224/111222234723-df9ba09910a6b4a04cffefef4952f61e (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.