MODIFICATION
G -- Protestant Religious Education Coordinator - Amendment 1
- Notice Date
- 7/19/2013
- Notice Type
- Modification/Amendment
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- FA2543-RFQ-Prot_RE_Coord
- Point of Contact
- Nicholas E. Brazzale, Phone: 7208479140, Patricia Toliver, Phone: 720-847-6803
- E-Mail Address
-
nicholas.brazzale@us.af.mil, patricia.toliver.1@us.af.mil
(nicholas.brazzale@us.af.mil, patricia.toliver.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 1 Wage Determination THIS IS AMENDMENT ONE (1) TO THE SOLICITATION FA2543-RFQ-PROT_RE_COORD. THE SUBMISSION DUE DATE HAS NOT BEEN EXTENDED. This is a combined synopsis/solicitation for commercial services and/or supplies 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. The solicitation number for this requirement is FA2543-RFQ-Prot_RE_Coord and is hereby issued as a Request for Quote (RFQ) using FAR Part 13, Simplified Acquisition Procedures. All quotations are due on 7 August 2013 by 9:00am MST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-68 Effective 26 June 2013, DFARS DPN 20130705 Effective 05 July 2013 and AFFARS AFAC 2013-0327 Effective 27 Mar 2013. The North American Industry Classification System code (NAICS) is 813110, with a Small Business Size Standard of $7 Million. This requirement is being solicited as a 100% small business set-aside. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: Buckley Air Force Base has a requirement for a Protestant Religious Education Coordinator in accordance with the attached performance work statement (PWS). The Religious Education Coordinator will provide quality religious education starting with Nursery and continuing through Grades preschool-12 and assist the senior ranking Protestant chaplain with administrative duties and Adult Religious Education to meet the mission and objectives of the Protestant Chapel Programs as described in Air Force Policy Directives (AFPD) and Air Force Instructions (AFI). Contract line items are as follows (Based upon 520 hours per year, 10 hours per week): 0001 - Protestant Religious Ed Services (Base Year) 15 Sept 2013 - 14 Sept 2014 Unit of Issue: Months Quantity: 12 Total Price __________ 1001 - Protestant Religious Ed Services (Option Year 1) 15 Sept 2014 - 14 Sept 2015 Unit of Issue: Months Quantity: 12 Total Price __________ 2001 - Protestant Religious Ed Services (Option Year 2) 15 Sept 2015 - 14 Sept 2016 Unit of Issue: Months Quantity: 12 Total Price __________ 3001 - Protestant Religious Ed Services (Option Year 3) 15 Sept 2016 - 14 Sept 2017 Unit of Issue: Months Quantity: 12 Total Price __________ 4001 - Protestant Religious Ed Services (Option Year 4) 15 Sept 2017 - 14 Sept 2018 Unit of Issue: Months Quantity: 12 Total Price __________ DELIVERY ADDRESS: The services are to be rendered at 460 SW/HC 16401 E A-Basin Ave, Stop 94 Buckley AFB, CO 80011-9509. PROVISIONS/CLAUSES: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions/clauses may be obtained via the internet:http://farsite.hill.af.mil): Provisions: FAR 52.212-1 Instruction to Offerors-Commercial Items Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representations; 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; 52.222-41 Service Contract Act of 1965; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies 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; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim The following FAR provisions and clauses apply to this solicitation and are incorporated in full text: Provisions: 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers under a "best value" method. These factors are not ranked in a specified order of importance. Technical - Any offeror wishing to be considered technically acceptable must meet the minimum qualifications outlined in paragraph 1.4 of the PWS dated 19 June 13. Price Past Performance (b) Options. 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 the option(s). (c) 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. (End of provision) 52.212-3 Offerors Representations and Certifications - Commercial Items Alternate 1; 52.252-1 Solicitation Provisions Incorporated by Reference Clauses: 52.212-1 Instruction to Offerors-Commercial Items-ADDENDUM OFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Technical proposal - Provide candidate qualifications specified in the Performance Work Statement (PWS) paragraph 1.4, to include resume with a minimum of three letters of recommendation/references. Complete the necessary fill-ins and certifications in provisions. Offeror is to review FAR 52.212-3 and return only paragraph (b) of that provision if annual representations and certifications have been submitted. If annual representations and certifications have not been submitted, then the offeror shall complete and return paragraphs (c) thru (m). 2) Pricing Schedule - Provide prices for all contract line items as well as a total contract price. 3) Past Performance - Provide examples of past performance to include four years documented experience in a similar or related field as indicated in PWS section 1.4 Independent Offerors - Provide a maximum of four of the most recent contracts, employment and/or volunteer efforts for the same or similar type of services performed within the last (4) years from the date of RFQ issuance. Furnish the following for each reference: (i) Company/Organization (ii) Description of services rendered or job performed (iii) Period of performance (iv) Point of contact (v) Contract number (if applicable) (vi) Contact information (if applicable) (vii) Customer/Agency (viii) Customer/Agency contact information (ix) Comments regarding compliance with organization terms and conditions (x) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Corporate Offerors - Provide a maximum of three of the most recent contracts for same or similar services performed within the past three (3) years from the date of RFQ issuance. Furnish the following for each reference: (i) Company/Division Name (ii) Description of services rendered (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Contact information (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Proposals must list the company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. In order to be eligible for award, the company must be registered in the System for Award Management (SAM). (End of Addendum) 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. (End of Clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 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 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Family Readiness and Support Services GS-5 $16.10 / hour (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.252-2 Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: 252.232-7003, Electronic Submission of Payment Requests; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text: AFFARS 5352.201-9101 Ombudsman: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.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. 5352.223-9001 Health and Safety on Government Installations; 5352.242- 9000 Contractor Access to AF Installations; 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. Wide Area Work Flow (WAWF) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System Please access https://wawf.eb.mil/xhtml/unauth/web/homepage/VendorGetting StartedHelp.xhtml for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543- TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: ADMIN DODAAC: FA2543 ISSUE DODAAC: FA2543 SERVICE ACCEPTER: PAY OFFICE DODAAC: F03000 E-Mail Notifications Contract Administrator: Customer: DEADLINE: Offers are due on 7 August 2013 by 9:00AM MST. Submit offers to the attention of Nick Brazzale, 460 CONS/LGCB, via fax (720) 847-6443, or preferably by email to nicholas.brazzale@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-RFQ-Prot_RE_Coord/listing.html)
- Place of Performance
- Address: Buckley Air Force Base, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN03122376-W 20130721/130719234953-04d012dac6e84ee9fcaaa70dc45c9a0f (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 |