Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
MODIFICATION

R -- Catholic Parish Coordinator Services - Q&A's #2

Notice Date
1/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2V0552334A001
 
Archive Date
2/14/2013
 
Point of Contact
Garrick M-J Williams, Phone: 813-828-1187, Maria A McKenzie-Williams, Phone: 813-828-7483
 
E-Mail Address
garrick.williams.1@us.af.mil, maria.mckenzie-williams@us.af.mil
(garrick.williams.1@us.af.mil, maria.mckenzie-williams@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a second set of questions and answers in regards to this requirement. The purpose of this amendment is to post Q&A's that have been received during the time that the bid has been opened, as well as to extend the due date for responses to Wednesday, 30 January 2013 by 10:00AM EST. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number for this requirement is F2V0552334A001. This acquisition is 100% set aside for Small Business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: The contractor shall provide a qualified person to act as the Catholic Parish Coordinator at the Chapel at MacDill AFB, Tampa, FL. DESCRIPTION OF REQUIREMENT: The contractor shall provide Catholic Parish Coordinator service for: The 6th Air Mobility Wing in accordance with PWS, Attachment 1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63 effective 10 December 2012, DFAR DPN 20121212, and AFFAR AFAC 2012-1107. The North American Industry Classification System code (NAICS) is 561990, with a Small Business Size Standard of $7 million. This requirement is being solicited as 100% Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest priced offer that is determined to be technically acceptable. DELIVERY ADDRESS: MacDill AFB (Tampa), FL 33621 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting) ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS: (A) To assume timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Proposal/Schedule, Specific Instructions are as follows: (1) PART I - PRICE PROPOSAL - Submit original. (a) Complete the attached Pricing Schedule (Attachment 2). The provisions FAR 52.212-3 shall be returned along with the proposal. (2) PART 2 - TECHNICAL PROPOSAL - The contractor must provide a resume showing they are capable of meeting the requirements in the attached Performance Work Statement (PWS, Attachment 1). Please limit pages to 1-2. Technical evaluation will be conducted on an acceptable/unacceptable basis using the ratings described in table A-1. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. (3) PART III - PAST PERFORMANCE INFORMATION- Only references for same or similar type contracts as desired. Past performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in table A-2. Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable 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. (See note below.) Unacceptable 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. 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." (a) Past Performance Surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of two (2) of the most relevant contracts preformed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include present/past performance effort which involved much of the magnitude of effort and complexities this solicitation requires. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced: (i) Company/Division name, (ii) Product/Service, (iii) Contracting Agency/Customer, (iv) Contract Number, (v) Contract Dollar Value, (vi) Period of Performance, (vii) Verified, up-to-date name, address, FAX, e-mail and telephone number of the contracting officer, (viii) Comments regarding compliance with contract terms and conditions, (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (b) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (1) Requirements of the solicitation (Item Numbers) and Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS (2) Evaluation Factors for Award. In accordance with 52.212-2, Evaluation-Commercial Items. Addendum to 52.212-2, Evaluation-Commercial Items; 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. The following factors shall be used to evaluate offers: Price, Technical, and Past Performance. After receipt of proposals, the proposals will be ranked by price before the Government assesses technical capability. Offers will be evaluated based on total price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise option(s). If the lowest priced offer is determined to be acceptable for Technical and Past Performance, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be acceptable for Technical or Past Performance, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for Technical and Past Performance, or until all offerors are evaluated. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful 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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration, FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, Central Contractor Registration; FAR 252.204-7004, Alternate A, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors--Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); FAR 52.247-34, F.O.B. Destination; 52.219-6, Notice of Total Small Business Set-Aside. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Gregory S. O'Neal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @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. (End of clause); 5352.242-9000, Contractor Access to AF Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number and email address, if you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on Friday, 25 January 2013 by 10:00AM EST. Any questions regarding this solicitation must be submitted not later than Monday, 07 January 2013. Submit offers or any questions to the attention of Garrick Williams, A1C, 6CONS/LGCA, by email to garrick.williams.1@us.af.mil. List of Attachments: 1. PWS for MacDill AFB Chapel, dated 12 December 2012, (11 Pages) 2. Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V0552334A001/listing.html)
 
Place of Performance
Address: 6th Contracting Squadron, MacDill AFB, 2610 Pink Flamingo Ave., Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02970967-W 20130125/130123234740-6a25d47b6c35f04e7fc50240f637fd83 (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.