SOLICITATION NOTICE
G -- Adult Sports Officials - Attachments
- Notice Date
- 6/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711219
— Other Spectator Sports
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-14-T-0083
- Archive Date
- 7/24/2014
- Point of Contact
- James E Kliewer, Phone: 907-552-5488
- E-Mail Address
-
james.kliewer@us.af.mil
(james.kliewer@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3: WAWF Instructions Attachment 2: Performance Work Statement Attachment 1: Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO': ADULT SPORTS OFFICIALS (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-14-T-0083 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014. The DFARS provisions and clauses are those in effect to DPN 20140528 effective 28 May 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 21 Apr 2014. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 711219 with a small business size standard of $7M average annual revenue. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: 131 Each Adult Softball Sports Officials Provide qualified/certified officials for intramural, extramural and varsity games at JBER, AK in accordance with the attached performance work statement. 125 Each Adult Flag Football Sports Officials Provide qualified/certified officials for intramural, extramural and varsity games at JBER, AK in accordance with the attached performance work statement. (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint-Base Elmendorf Richardson, AK, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure 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. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. The government also reserves the right to award two (2) separate contracts as a result of this solicitation. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above/attached Statement of Work. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 6. Debriefing, FAR 15.506: If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) BASIS FOR CONTRACT AWARD: 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 based on a Lowest Price Technically Acceptable (LPTA) basis. By submission of its offer with the instructions provided in clause FAR 52.212-1, Instructions to Offerors - Commercial Items and its addenda, the offeror accedes to all solicitation requirements, including terms and conditions and any representations and certifications. Failure to meet a requirement may result in an offer being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: 1. Price Evaluation: Initially, the Government shall rank all offers by price. An offeror's proposed price will be determined by multiplying the quantities identified on the Pricing Schedule: Attachment 1, by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each CLIN. These extended amounts will be added together to determine the total evaluated price for the period of performance (PoP). The price evaluation will document fairness and reasonableness of the proposed total evaluated price. The Government reserves the right to perform a price realism analysis. 2. Technical Acceptability: The Government will evaluate on an acceptable or not acceptable basis for the contractor's technical acceptability based on the offeror's knowledge and understanding of the Adult Sports Officials as described in the Performance Work Statement (PWS) including: a. The offeror shall provide proof of certification through a qualified certifying Association for each employee, intended to work on the contract. b. The offeror shall provide a staffing plan that demonstrates the ability to meet all technical requirements of the PWS Offerors are cautioned to submit sufficient information to permit a meaningful assessment of their technical capabilities. Communication conducted to resolve minor or clerical errors will not constitute discussions and the CO reserves the right to award a contract without the opportunity for proposal revision. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (May 2014), or ensure the Representations and Certifications are updated at www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-14 Service Contract Reporting Requirements Jan 2014 FAR 52.207-3 Right of First Refusal of Employment May 2006 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative action for Workers w/ Disabilities Oct 2010 FAR 52.222-41 Service Contract Act of 1965 May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hire May 2014 FAR 52.222-50 Combating Trafficking in Persons Feb-2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration July 2013 FAR 52.232-39 Unenforeability of Unauthorized Obligations Jun 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Feb 2006 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports (To be checked under DFARS 252.212-7001) Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 FAR 252.244-7000 Subcontracts for Commercial Items Jun 2013 AFFARS 5352.201-9101 Ombudsman Apr 2014 (xiii) The local clause "WAWF Instructions" is located as Attachment 2. (xiv) NOTICE TO ALL INTERESTED PARTIES: Quotes shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: SSgt James Kliewer, via fax to 907-552-7496 or e-mail: james.kliewer@us.af.mill. E-mail is preferred. Please forward all quotes to SSgt James Kliewer at james.kliewer@us.af.mil no later than 1 P.M. Alaska Standard Time on Wednesday, 9 July 2014; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Performance Work Statement • Attachment 3: WAWF Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0083/listing.html)
- Place of Performance
- Address: JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN03407985-W 20140628/140626235458-5c3d2d3c6c9bbdc34c471bc159c5d72f (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 |