Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

R -- Resume Workshop Facilitator - F3S3183113A001 Attachments

Notice Date
8/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
F3S3183113A001
 
Archive Date
9/30/2013
 
Point of Contact
Tenisha E. Chism, Phone: 6182569264, Terri Rollins, Phone: 618-256-9268
 
E-Mail Address
tenisha.chism@us.af.mil, terri.rollins@us.af.mil
(tenisha.chism@us.af.mil, terri.rollins@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Professional Reference Sheet Attachment 3 - Wage Determination Attachment 2 - Performance Work Statement (PWS) Attachment 1 - Quote Sheet The 375th Contracting Squadron at Scott AFB IL is contemplating an award for a Resume Workshop Facilitator/Resume Reviewer for a base period of 30 Sep 13 through 29 Sep 14 plus two (2) annual options. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3183113A001; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-69 effective 1 August 2013, and the Defense Federal Acquisition Regulation Supplement DPN 20130710 Edition. (iv) This acquisition is 100% Small Business Set Aside under North American Industry Classification System (NAICS) code 611430. The small business size standard is $10 million. (v) Contract Line Item Number(s) CLINS: **See ATTACHMENT 1 for CLIN Pricing Sheet** PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE. (vi) Description of requirements: The Contractor must be able to fulfill the requirements of the Airmen & Family Readiness Center (A&FRC) and provide personal resume review and job counseling functions. All work will be performed at the A&FRC, building 1650, between 0800-1600 on weekdays. Individual will provide 280 hours of work in a 12-month period. Contractor will provide two 3-hour workshops per month (72-seminar hours/year) for a total of 24 workshops on subjects such as Basic Resume Writing Interviewing, Federal Resume Writing, and additional information specific to the use of social media and LinkedIn in job search. Contractor will provide a block of four hours for resume review appointments/walk-ins per week (208 hours/yearly). The A&FRC will provide a copy machine and paper for the reproduction of materials provided to workshop participants. The complete Performance Work Statement (PWS) has been loaded as ATTACHMENT 2 in FedBizOpps. (vii) The Government desires FOB Destination, Scott AFB, IL. for the performance periods of 30 Sep 13 through 29 Sep 14, with two (2) annual options following. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Period of Performance: Base: 30 Sep 13 - 29 Sep 14, Option Yr 1: 30 Sep 14 - 29 Sep 15, Option Yr 2: 30 Sep 15 - 29 Sep 16 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ 12. GSA number, if applicable to this requirement ___________________________ FAR 52.212-2 -- EVALUATION-COMMERCIAL ITEMS (a) 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 Capability and Qualifications. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. (End of Provision) Contractors must provide a short narrative describing their understanding of this requirement, as well as detailed information that will be included in their workshops. Note: Please do not simply restate the PWS. All items included in the PWS are required. The narrative needs to address your approach to accomplish the requirement. Contractors must also provide a resume with up to 3 professional references. Professional references must be provided using ATTACHMENT 4. Proof of education or experience must also be provided. (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Feb 2012). (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive--Orders Commercial Items, applies (May 2012). The following clauses apply: FAR 52.204-7, Central Contractor Registration (Feb 2012) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict 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 52.222-41, Service Contract Act of 1965, as Amended FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) 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) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-5, Pollution Prevention and Right-To-Know FAR 52.232-18, Availability of Funds FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.237-3, Continuity of Services FAR 52.242-15, Stop-Work Order (Aug 1989) FAR 52.247-34, F.O.B. Destination FAR 52.253-1, Computer Generated forms DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, Central Contractor Registration (52.207-7) Alternate A (Sep 2007) DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.217-5 -- EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-8 -- OPTION TO EXTEND SERVICES (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to expiration of the contract. (End of Clause) FAR 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 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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, 6 months. (End of Clause) FAR 52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. FAR 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 that 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 29160 - Instructor $19.92 per hour Plus 36.25% est for fringes FAR 52.252-1 -- SOLICITATION PROVISION INCORPORATED BY REFERENCE (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101 -- OMBUDSMAN 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, 507 Symington Drive, Scott AFB IL 62225-5022, (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. 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 Receipt and Acceptance (WAWF-RA) 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 AFFARS 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (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 Forces 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 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, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (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. (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 12:00 P.M. CST ON 3 SEP 2013. (xvi) Quotes are due to: By email: tenisha.chism@us.af.mil By mail: 375 CONS/LGCB Attn: Tenisha Chism 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Tenisha Chism PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is Tenisha Chism: phone 618-256-9264; fax 618-256-2174; e-mail tenisha.chism@us.af.mil. In the event this individual is not available, contact Ms. Terri Rollins: phone 618-256-9268; fax 618-256-2174; e-mail terri.rollins@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3S3183113A001/listing.html)
 
Place of Performance
Address: A&FRC, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03136691-W 20130804/130802235045-22ddb547fcec56f596b06c671fdbee0e (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.