Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

Q -- HEALTH FITNESS SERVICES - Quality Assurance Surveillence Plan (QASP) - Performance Work Statement (PWS) - Past Performance Reference Sheet

Notice Date
6/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FA561312R0013HEALTHFITNESSSERVICE
 
Archive Date
7/20/2012
 
Point of Contact
Jasmine W. Thomas, Phone: 496315368411
 
E-Mail Address
jasmine.thomas@ramstein.af.mil
(jasmine.thomas@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Reference Sheet Performance Work Statement (PWS) Quality Assuarance Surveillence Plan (QASP) Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation number: FA5613-12-R-0013 issued as a request for proposal (RFP). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, Defense Acquisition Circular DPN 20120522, Air Force Acquisition Circular 2012-0330. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 621399. (v) The 700 CONS/LGCA Flight has a requirement to purchase the following Service: Item Description Qty Unit Unit Price Total Price 0001 BASE PERIOD: Health Fitness Specialist (1) Provide non-personal services for the 86th Medical Group (MDG) Health and Wellness Center (HAWC). The contracted services shall include all requirements as defined in the Performance Work Statement (PWS) The Contractor shall perform in accordance with (IAW) the PWS. Period of Performance: 15 Oct 2012- 30 Sep 2013 1920 Hours 0002 Relocation Costs 1 EA 0003 No-Cost Phase-In Period of Performance: 15 Aug 2012- 14 Oct 2012 1 EA N/A $0.00 Item Description Qty Unit Unit Price Total Price 1001 OPTION PERIOD 1: Health Fitness Specialist (1) Provide non-personal services for the 86th MDG HAWC. The contracted services shall include all requirements as defined in the PWS. The Contractor shall perform IAW the PWS. Period of Performance: 1 Oct 2013- 30 Sep 2014 1920 Hours Item Description Qty Unit Unit Price Total Price 2001 OPTION PERIOD 2: Health Fitness Specialist (1) Provide non-personal services for the 86th MDG HAWC. The contracted services shall include all requirements as defined in the PWS. The Contractor shall perform IAW the PWS. Period of Performance: 1 Oct 2014- 30 Sep 2015 1920 Hours Item Description Qty Unit Unit Price Total Price 3001 OPTION PERIOD 3: Health Fitness Specialist (1) Provide non-personal services for the 86th MDG HAWC. The contracted services shall include all requirements as defined in the PWS. The Contractor shall perform IAW the PWS. Period of Performance: 1 Oct 2015- 30 Sep 2016 1920 Hours Item Description Qty Unit Unit Price Total Price 4001 OPTION PERIOD 4: Health Fitness Specialist (1) Provide non-personal services for the 86th MDG HAWC. The contracted services shall include all requirements as defined in the PWS. The Contractor shall perform IAW the PWS. Period of Performance: 1 Oct 2016- 30 Sep 2017 1920 Hours (vi) Description of requirements is listed in the attached PWS. (vii) The place of delivery and acceptance will be 86th Medical Group (MDG) Ramstein Air Base, Germany Bldg 2114 Mail Clinic Ramstein Miesenbach, Deu 66877 All offerors must quote FOB Destination to the above location. Required Period of Performance: 15 Aug 2012- 30 Sep 2017 The following Clauses and Provisions apply to this requirement: (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items and the following addenda: 52.212-1 ADDENDUM, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) The following areas in the above provision are replaced as follows: (b) The Contract Specialist and Contracting Officer for all submissions and correspondence are shown below. Please reference all items with solicitation FA5613-12-R-0003 Primary Contract Specialist: SSgt Jasmine Thomas jasmine.thomas@ramstein.af.mil (011) 49 631 536 8411 Primary Contracting Officer: MSgt John Jefferson john.jefferson@ramstein.af.mil (011) 49 631 536 6805 Mailing Address: 700th Contracting Squadron, UNIT 3115 APO AE 09021 Note - If they are mailed, they must state on the envelope that the contents are -FOR OFFICIAL US GOVERNMENT BUSINESS. (b) (4) Factor 1, Technical Capability. (i) By submission of its offer, the offeror accedes to the terms and conditions of this solicitation and is therefore technically acceptable, and will be treated equally except for price and past performance records. (ii) The offeror shall submit a copy of the following documents to be eligible for award: (A) Complete Schedule of Supplies/Services with prices for all CLINS. (B) Statement for the offeror's bank, or other similar institution, that they have adequate financial resources to perform this contract. (b) (6) Factor 2, Price Offerors shall insert a unit and extended price for each Contract Line Item Number (CLIN). In addition, only US dollar or EURO currency offers will be accepted. Please refer to 52.212-2 for the current Foreign Currency Fluctuation Defense (FCFD) budget rate. (b) (10) Factor 3, Past Performance. Offerors shall submit a minimum of three (3) but not more than five (5) past performance references of recent and relevant contracts. Recent is defined as contracts performed within the past 3 years from the issuance date of the solicitation. Relevant is defined as similar in scope and magnitude. Similar in scope means that the work must have been in the field of health fitness. Similar in magnitude means the work must have been for similar services and complexity as required in the PWS. The Government reserves the right not to evaluate past performance information that is received after the due date. References received beyond the maximum number will not be evaluated. Each contract reference shall include (see Attachment 2, Past Performance Reference for the contractor's optional use in submitting required information) : (i) Name of commercial customer or contracting activity (ii) Point of Contact (POC) name, valid/current phone number and email address (iii) Contract title/Contract identification number (iv) Location (v) Annual Contract Value/Amount (indicate currency, Euro or U.S. Dollar) (vi) Period of Performance (vii)Description of work performed (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Central Contractor Registration: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. Additional paragraphs: (e) Electronic Offers: Offerors may submit electronic offers in response to this solicitation. All submissions shall arrive by the date/time specified in the solicitation. Offerors are encouraged to call to verify receipt of the offer. If the offeror chooses to email the offer, the Government will not be responsible for any failure of transmission or receipt of offer, or any failure of the offeror to verify receipt of the emailed offer. (f)Format for proposal shall be as follows: (1) Offers should be submitted in no smaller than 10 font size, single-spaced, on plain white paper. (2) A page shall be 8 ½ x 11 (inches) or A-4 paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11 x 17 (inches) or A-3. (3) Elaborate formats, binding or color presentations are neither required nor desired. (4) The offer must not exceed 10 pages. (g) Deliver of Offers: (1) The preferred method of delivery of offers is electronic, e.g. via email. (2) If the offeror chooses to mail the offer via postal services, the Government will not be responsible for any non-receipt or late proposals, or any failure of the offeror to verify receipt of the mailed offer. (3) The Government will only accept mailed, or emailed offers. No faxes will be accepted. Multiple methods of delivery are neither required, nor desired. (h) Prospective offerors are strongly encouraged to submit any questions regarding this solicitation not later than 5 calendar days prior to solicitation close date by email or fax to the contract specialist shown in paragraph (b) above. The Government will respond to questions received within the requested timeframe via email prior to the proposal due date. Questions received after the requested timeframe may or may not receive response prior to the proposal due date. (i) List of attachments for this combines synopsis/solicitation: Attachment Document Description Pages Date 1 Performance Work Statement 11 3 Apr 2012 2 Past Performance Reference Sheet 1 N/A 3 Quality Assurance Surveillance Plan 20 5 Jun 2012 Note: Offerors are required to submit the Representations and Certifications for 52.212-3 and 252.212-7000 with all appropriate blocks filled-in and to complete 252.229-7001 - Tax Relief, and provide a document listing the name, title, and telephone number of those individuals authorized to make decisions on behalf of the company and can negotiate with the government. (End of Addendum) (ix) FAR 52.212-2, Evaluation - Commercial Items, is used. The following is added to paragraph (a) of the provision: (1) Factor 1, Technical. By submission of its offer, the offeror accedes to all the solicitation requirements, including terms and conditions, and technical requirements. All offerors who submit the documentation required in FAR 52.212-1 Addendum, Instructions to Offerors, will be considered technically acceptable. All such offerors will be treated equally except for price and past performance records. (2) Factor 2, Price. For award purposes, the offeror will be evaluated on the TOTAL PRICE of all CLINS as contained in the schedule. Apparent calculation errors found in an offer may be corrected by the Government. Only US Dollar or Euro currency offers will be accepted in accordance with (IAW) provision 5352.225-9004, Submission of Offers in Other Than United States Currency. All offers that are received in Euro currency will be converted to US Dollars by using the established Foreign Currency Fluctuation Defense (FCFD) budget rate, which is currently 0.7491 Euro per US Dollar. (3) Factor 3, Past Performance. The purpose of past performance evaluation is to assess the offeror's ability to successfully accomplish the proposed effort based on the offeror's demonstrated present and past work records. Past performance will be evaluated for recency, relevancy, and quality of services rendered. Evaluation of past performance will be a critical assessment based on consideration of all relevant facts and circumstances. The Government reserves the right to use past performance information obtained from other sources (questionnaires, CPARS data, customers known to the Government, consumer protection organizations, and any other sources) that may have useful and/or relevant information. One of the following ratings will be assigned to the past performance factor when an offeror's past performance has been evaluated: PAST PERFORMANCE EVALUTION RATINGS RATING DESCRIPTION Acceptable Based on the offeror's past performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's past performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal 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 an unacceptable 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. (4) Award Process: The Government will make an award to the lowest price offeror with an Acceptable past performance rating. The Government will first evaluate all submissions for technical acceptability. The Government will then evaluate all submissions for price. The lowest price offer will then be evaluated for past performance. If the lowest priced offeror's past performance is determined to be "Acceptable", the evaluation process will stop and award will be made to that offeror. If the lowest priced offeror's past performance is determined to be "Unacceptable", the Government will evaluate the past performance of the next lowest offeror. This process will continue, as needed, until an offeror is rated "Acceptable" for past performance. This offeror will receive the award. The Government intends to make one award to the offeror meeting the above criteria without discussions, but reserves the right to open discussions at any time in the evaluation process. (End of provision) (x) Include a completed copy of the provision at 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with your offer or complete paragraph (b)(2) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Include provision at 252.212-7000, Offeror Representations and Certifications-Commercial Items with your offer. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: FAR 52.222-50 (Alt I) Combating Trafficking in Persons; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. (xiii)Additional contract requirement(s) or terms and conditions: The following additional clauses and provisions apply to this acquisition: 52.202-1, Definitions 52.203-11, Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.203-12, Limitation On Payments To Influence Certain Federal Transactions 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 52.214-34, Submission Of Offers In The English Language 52.216-1, Type of Contract: Firm-Fixed Priced (FFP) 52.222-50 Alt I, Combating Trafficking in Persons: Document Title Document may be obtained from: Applies to Performance in/at: Local Area Off-Limits List https://aepubs.army.mil/pdfpubs/AEC190-24.htm#AppA Europe 52.225-14, Inconsistency Between English Version And Translation Of Contract 52.233-2, Service of Protest: 700 CONS/LGCA, Kapaun Air Station, Bldg. 2767 52.237-1, Taxes--Foreign Fixed-Price Contracts 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation 52.242-13, Bankruptcy 52.242-15, Stop-Work Order 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil 252.201-7000, Contracting Officer's Representative 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: Including the following additional clauses: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7003 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea 252.222-7002, Compliance With Local Labor Laws (Overseas) 252.222-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7041, Correspondence in English 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States 252.229-7000, Invoices Exclusive of Taxes or Duties 252.229-7001 Alt I, Tax Relief: Mehrwertsteuer (Value Added Tax) 19% 252.232-7008, Assignment of Claims (Overseas) 252.232-7010, Levies on Contract Payments 252.233-7001, Choice of Law (Overseas) 252.243-7001, Pricing Of Contract Modifications 5352.201-9101, Ombudsman: (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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary Command Ombudsman Ms Tara Petersen tara.petersen@ramstein.af.mil DSN: (314)480-2209 COMM: 0049-6371-47-2209, Alternate Command Ombudsman Ms Heidi Hoehn heidi.hoehn@ramstein.af.mil DSN: (314)480-9330 COMM: 0049-6371-47-9330. FAX: (314)480-2025 MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE 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. (End of clause) 5352.223-9001, Health and Safety on Government Installations 5352.225-9004, Submission of Offers in Other than United States Currency: FCFD: 1 US Dollar ($1) = 0.7491 Euro 5352.242-9000, Contractor Access to Air Force Installations: (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) In addition to the access documentation requirements listed below, the contractor shall submit a written request on company letterhead with a copy to the unit responsible for contract oversight (Quality Assurance Personnel or Contracting Officer Representatives), with a copy 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 approved individuals in paragraphs (1) and (2) below, will endorse the request and forward it to the issuing base pass and registration office or security police (Long Term Pass office at the West Gate of Ramstein AB, GE or the Installation Pass Office, Spangdahlem AB, GE) 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 provide any local document requirements listed in this paragraph, to obtain a vehicle pass. (1) For construction projects send the written request to either 86 CES/SABER (Ramstein projects) or 52 CES/SABER (Spangdahlem projects). (2) For services contracts, send the written request to the Contracting Officer Representative for your contract as designated in writing by the Contracting Officer. SPECIFIC ACCESS REQUIREMENTS FOR CONTRACTS PERFORMED IN GERMANY A. US CITIZENS: 1. US Citizens employed under contract with Technical Expert, Troop Care, Analytical Support, or Military Exigency status, are vetted for performance and base access through DOCPER. Go to the DOCPER Internet site at http://www.per.hqusareur.army.mil/cpd/docper for information not covered below, i.e., AE Reg 715-9 FAQs (Frequently Asked Questions), Informative presentations, and a wealth of other status-related info. (a) In accordance with the Exchange of Notes (dated 27 Mar 98) implementing the Provisions of Articles 72 and 73 of the German Supplementary Agreement (SA) to the North Atlantic Treaty Organization (NATO) Status of Forces Agreement (SOFA), non-German citizens of a NATO member country who perform services on US Government contracts shall not start work in Germany without meeting one of the following criteria: (1) Technical Expert Status accreditation (TESA) (2) Troop Care Status accreditation (TCSA) (3) Analytical Support Status accreditation (ASSA) (4) Military Exigency (ME) via TESA or ASSA (5) TESA/ASSA TDY (6) Exemption from German work permit ("fax back") (7) German work permit or compliance with European Union member nation exchange laws and regulations (8) Certificates of limited tax liability and a German work permit (b) In order to request status under paragraph (a)(1) through (a)(5) above, the contractor shall submit all subcontractor agreements which will be used for the Government's Contract Notification package to DoD Contractor Personnel Office (DOCPER). The contractor shall submit Technical Expert Status Accreditation (TESA)/Troop Care Status Accreditation (TCSA)/Analytical Support Status Accreditation (ASSA) application packages for any employees for which TESA/TCSA/ASSA is sought within three business days of the individual being hired. (c) The applications cited in paragraph (b) above shall be submitted by the contractor, by means of the DOCPER Contractor Online Processing System (DCOPS) through the contracting officer's appointed representative to DOCPER. DOCPER's contact information is available at the DOCPER Internet site http://www.per.hqusareur.army.mil/cpd/docper/GermanyDefault.aspx (d) A 10-week temporary TESA or ASSA may be granted by the US Government for purposes of Military Exigency (ME). ME is granted for time sensitive, mission critical positions for the purpose of permitting individual contract employees, who upon initial review of the application appear to meet the requirements of TESA or ASSA, to begin working in Germany prior to TESA/ASSA accreditation. (e) Current Common Access Card (CAC) procedures: (1) DOCPER issues the DD 1172-2. (2) The Contracting Officer's Representative at the unit level (QAP/COR), as the Trusted Agent (TA), creates a Contractor Verification System (CVS) account for the contractor employee to enter and complete online personal information. (3) The employee takes a copy of the DD 1172-2 and proof of CVS entry into the database to the pass and identification issuing office to obtain CAC. (f) In addition to the contract clause AFFARS clause 5352.242-9001, CACs for Contractor Personnel, local policy directs the contractor to turn in CACs to the issuing office and provide written/signed documentation, by the Program Manager or equivalent, of the office and date CACs were returned for any actions defined in paragraphs (d) and (e). Contract clauses are located at http://farsite.hill.af.mil/VFFARa.HTM. (g) The contractor shall allow German government authorities to visit the contractor's work areas for the purpose of verifying the status of positions and personnel as Technical Expert (TE)/Troop Care (TC)/Analytical Support (AS) employees. Such visits will not excuse the contractor from performance under this contract or result in increased costs to the Government. (h) The contract price shall not be subject to an economic adjustment with regard to TESA/TCSA/ASSA in the event that (1) the contract and any or all positions identified in the contractor's proposal are disapproved for TESA/TCSA/ASSA; or (2) any or all positions submitted for TESA/TCSA/ASSA consideration during the life of the contract are disapproved for TESA/TCSA/ASSA; or (3) any or all contractor employees are denied TESA/TCSA/ASSA; or (4) TESA/TCSA/ASSA accreditation is rescinded during the life of the contract. (i) If the contractor's employees will be performing in the Federal Republic of Germany under the conditions identified in paragraphs (a)(6) through (a)(8) of this clause, DOCPER is not involved in the process. B. RESIDENT OF EUROPEAN UNION OR NATO-MEMBER (i.e., Contractor and Contractor Employee): TEMPORARY BASE ACCESS OR CONTRACTS LESS THEN 90 DAYS IN DURATION: Temporary pass issued if: 1. Contract period is less than 90 days 2. A favorable rating on the screening is not available for contract employee. Note: Once a favorable rating is received, the employee returns for issuance of a new pass for the total contract period requested in the original paperwork. Required Documents: 1. 17 Page questionnaire or 604-1B) must be filled out entirely for it to be of any use to us (addresses, phone numbers, zip codes etc) 2. Original and copy of Passports or Personal Ausweiss 3. Original and copy of PGCC (Police Good Conduct Certificate) BASE ACCESS FOR CONTRACTS WITH A PERFORMANCE PERIOD OF MORE THAN 90 DAYS: Mandatory Installation access procedures apply when contractors require access under this contract at least three (3) times per week for a period of at least 90 days. 1. Procedures to receive an Installation Pass (IP) are as follows: a. USAFE Form 79: i. The 577 card holder in the unit receiving services, will be responsible for completing the USAFE Form 79 and insuring the pass applicant has all of the required documents to obtain an IP. b. Proof of Identification - Valid Identification Documentation: i. Police Good Conduct Report (PGCC) obtained at the local court house - provide original plus one copy ii. Ausweis (German ID or National ID) - provide original plus one copy c. Additional Mandatory Requirements: i. If local national employees reside outside of Germany or are subcontractors under a prime contractor, written verification of contract data may be needed. Information is available from individuals issuing letter cited in paragraph 1(b). ii. Work permit if individual is a citizen is from a country other than where contract performance will occur iii. 17 page questionnaire for back ground investigation unless investigation was accomplished within the last five years. END OF ACCESS PROCEDURES IN GERMANY (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, paragraphs 7.4.2. Issuing Restricted Area Badges, 7.9. Unescorted Entry to Restricted Areas -- Single Badge System and 7.15 Controlled Area Access..(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 office that issued the approved letter forwarded to the Long Term Pass and Registration Office (Ramstein) or Installation Pass Office (Spangdahlem). (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All offers are due - 5 Jul 2012 no later than 1630 (4:30pm) Central European Time. Offers may be sent electronically via email to jasmine.thomas@ramstein.af.mil or john.jefferson@ramstein.af.mil. Electronic offers are preferred. Offers must be limited to 10 pages in length. (xvi) The Point of Contact for this requirement is: SSgt Jasmine Thomas, telephone +49-631-536-8411, fax +49-631-536-8508, email jasmine.thomas@ramstein.af.mil; or MSgt John Jefferson, telephone +49-631-536-6805, email john.jefferson@ramstein.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FA561312R0013HEALTHFITNESSSERVICE/listing.html)
 
Place of Performance
Address: Ramstein Air Base Germany, Germany
 
Record
SN02766942-W 20120607/120605235757-97d8b08523b5e7ad847abb125365bf95 (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.