Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
MODIFICATION

T -- Visual Information - Amendment 1 - Contractor Q&A

Notice Date
7/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N0A22128A001
 
Archive Date
8/10/2012
 
Point of Contact
Michael Worth, Phone: 662-434-3650, Mary L Moseley, Phone: 6624347767
 
E-Mail Address
michael.worth@columbus.af.mil, mary.moseley@columbus.af.mil
(michael.worth@columbus.af.mil, mary.moseley@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Questions and Answers DoL Wage Determination 2005-2595, Revision 14, dated 6/13/2012, 10 pages replaces Attachment 2 to this solicitation. This is a combined synopsis/solicitation for commercial items 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 document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N0A22128A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 541922, and the small business size standard is $7 Million. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Visual Information support in accordance with the Performance Work Statement (PWS) at Attachment 1. Required date of performance: 01 October 2012 through 30 September 2013 with four (4) one-year option periods. FOB: Destination, performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.203-3, Gratuities; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper ; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.209-2, 52.209-7, Information Regarding Responsibility Matters; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Labor category: Photographer III Rate: $18.21 per hour. This Statement is for Information Only: It Is Not a Wage Determination. Wage Determination number: 2005-2296, Revision 13, dated 13 June 11 applies. 52.222-43, Fair Labor Standards Act and Service contract Act--Price Adjustment (Multiple Year and Option Contracts); 52.239-1, Privacy or Security Safeguards; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; 52.233-1, Disputes; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-1, Site visit; 52.245-1, Government Property; 52.245-9, Use and Charges. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments; 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.215-9000, Facility Clearance (DD254 Contract Security Classification Specification, Attach 5) ; 5352.215-9001, Notice of Pre-Bid/Pre-Proposal conference with following fill-in: (a) A pre-bid/pre-proposal conference will be conducted at Columbus AFB MS on Wednesday, 11 July 2012 at 0900 (9:00 a.m. CDT). (b) Submit names of attendees (not to exceed 2 per vendor) to the Contracting Officer, Betty Gill, at bettty.gill@columbus.af.mil and mary.moseley@columbus.af.mil and mike.worth@columbus.af.mil by Friday, 6 July 2012. This information must be provided in advance to ensure access to the military base/conference site and adequate seating for conference attendees. 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov. EVALUATION CRITERIA: FAR 52.212-2-Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on competitive best value using FAR Part 12.6. Best value will be based on the lowest priced, technically acceptable offeror. Technical will be based on an acceptable or unacceptable basis. Once the proposal has been deemed technically acceptable, evaluation factors will be past performance and price. Past performance will also be based on an acceptable or unacceptable basis. a. Technical. Technical acceptability will be determined by evaluation of technical factors using the two sub-factors below on an Acceptable or Unacceptable basis. A rating of Acceptable will be assigned if the proposal clearly meets the minimum requirements of the solicitation. An Unacceptable rating will be assigned if the proposal does not clearly meet the minimum requirements of the solicitation. An Unacceptable rating for either of the two technical sub-factors constitutes an Unacceptable rating for the technical factor. Sub-Factor 1 - Quality Control Plan (QCP): The QCP, submitted with the proposal, will be evaluated to ensure the offeror's plan clearly demonstrates the capability and capacity for appropriate, efficient and effective execution of quality control. At a minimum, the plan shall provide a description of the quality control methods and procedures to be used. The plan should address procedures to identify, prevent, and correct deficiencies in performance regarding the Service Summary (SS) items. The plan shall specifically address strategy to provide quality workmanship, continual process improvement and correction of deficiencies as appropriate. Sub-Sub-Factor 2 - Manning Matrix. A manning matrix, submitted with the proposal, will be evaluated to ensure the offeror's approach clearly demonstrates an understanding of the requirements of the PWS. Contractor shall provide a proposed manpower matrix outlining all proposed manning that shall be utilized in performance of the required services. Contractor shall provide a position description and grade element for each skill classification for those positions considered to be key personnel. Descriptions shall be based upon the requirements of the PWS and grade definitions as listed in the most recent department of Labor Occupational Standards books. Position descriptions shall carefully and fully detail the duties and responsibilities of each position. Proposed manpower shall clearly address how voids created by releasing and hiring employees, excess sick leave, excess annual leave, etc., is programmed to be covered. The manning matrix shall indicate whether full, part-time or on-call status employees will be used. b. Past performance. Past performance shall be used as an evaluation factor within the LPTA process in accordance with FAR 12. Past performance will be evaluated on an Acceptable or Unacceptable basis. The Government will accomplish evaluation of the past performance factor by determining recency and relevancy of past performance information received from questionnaires, from PPIRs reports if applicable, and other sources that may be available to the Government. Recency is defined as work accomplished within 36 months of solicitation issue date. Relevancy is defined as work performance consistent with the scope and magnitude of this acquisition as defined in the PWS. Past performance will be evaluated on an Acceptable or Unacceptable basis. Past performance will be assigned a rating of Acceptable if, based on the offeror's 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. 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 shall be determined to have unknown past performance. Unknown past performance will be considered "acceptable." Past performance will be rated as Unacceptable if, based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. With their proposals, offerors shall submit a list of no more than five relevant contracts performed for Federal or commercial customers within the last 3 years, to include contract number, description of work, point of contact and contact information. Offerors will send Past and Present Performance Questionnaires (Attach 4) to these references. Completed questionnaires shall be submitted from the respondents directly to the Contracting Office. The final date for receipt of questionnaires will be the proposal due date. c. Price. Technically acceptable proposals with acceptable past performance will be ranked by total evaluated price and evaluated for price reasonableness using one or more of the techniques in FAR15.404-1. Normally, adequate price competition establishes a fair and reasonable price and that is expected to be the case (FAR 15.404-1(b)(2)(i)). The Government will add the total price for all options to the price for the basic requirement to determine the total evaluated price and may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). FAR 52.217-8, Option to Extend Services, is included in the RFP and will be incorporated into the resultant contract; upon exercise, the clause will extend the terms and conditions of the contract period being extended at the rates specified in the contract, the evaluation of which have been included in the initial evaluation of the proposal (to include the base period plus all option periods) as demonstrated herein. For any solicitation questions, contact A1C Michael Worth, Contract Specialist, at (662) 434-7760 or e-mail michael.worth@columbus.af.mil or Mary Moseley, 662-434-3661, email mary.moseley@columbus.af.mil. Alternate contact is Ms. Betty Gill, Contracting Officer (662) 434-7784, email betty.gill@columbus.af.mil. Four printed copies of the proposal package must be submitted by mail and received in 14th Contracting no later than 4:00 p.m. (CST) on Wednesday, 1 Aug 2012. The proposal package shall be sent to the attention of Betty Gill, 14 CONS/LGCA, 495 Harpe Blvd, Ste 256C, Columbus AFB, MS 39710. A "Quotation Template" (Attch 3) has been provided to ensure the pricing information the Government requires is included with your offer. If a company template or format is used, ensure all the required information is included. Oral, email or fax quotes will not be accepted. 5 Attachments: 1. PWS dated, 3 April 2012, 23 pages 2. Wage Determination 2005-2296, Rev 14 dated 6/13/2012, 10 pages 3. Vendor Quotation Template, 2 pages 4. Past Performance Questionnaire, 3 pages 5. DD 254 Contract Security Classification Specification, 2 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N0A22128A001/listing.html)
 
Place of Performance
Address: Building 820 Multimedia Center, Harris Street, Columbus AFB, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02809313-W 20120721/120720001057-1e2218b2d16e838cd3cc78391dbc4112 (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.