Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

U -- Motorcycle safety training

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
F2Z00C4196AW01
 
Point of Contact
Tyler J Luke, Phone: 7594514
 
E-Mail Address
tyler.luke@us.af.mil
(tyler.luke@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-69. This acquisition is set-aside for Small Businesses in accordance with FAR part 19.5. The associated NAICS code for this acquisition is 611692 with a size standard of $7 Million. The contractor shall provide eligible students with basic, experienced, and sport bike Motorcycle Safety Foundation training in accordance with the attached Statement of Work, dated 16 July 2013. The following is a description of the contract line items as detailed in the attached solicitation: Motorcycle Safety Course in accordance with the attached Statement of Work. CLIN 0001- Basic Rider Course, Experienced Rider Course, Sport Bike Rider Course *Period of Performance 6 Sept 2014 - 5 Sept 2015. CLIN 1001- Basic Rider Course, Experienced Rider Course, Sport Bike Rider Course *Period of Performance 6 Sept 2015 - 5 Sept 2016 CLIN 2001- Basic Rider Course, Experienced Rider Course, Sport Bike Rider Course *Period of Performance 6 Sept 2016 - 5 Sept 2017. CLIN 3001- Basic Rider Course, Experienced Rider Course, Sport Bike Rider Course *Period of Performance 6 Sept 2017 - 5 Sept 2018. The following FAR Provisions/Clauses apply to this acquisition and are included in the attached solicitation: FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 Central Contractor Registration Maintenance FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.SAM.gov), before award FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.217-5 Evaluation of Options FAR 52.219-6 Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation - full text FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-41 Service Contract Act of 1965 (SCA) ****Vendors with Fewer than 5 employees are exempt From the SCA**** FAR 52.222-50, Combat Trafficking in Persons FAR 52.223-6 Drug-Free Workplace FAR 52.223-10 Waste Reduction Program FAR 52.223-18 Encouraging Contractors to Ban Text Messaging While Driving FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities FAR 52.227-14 Rights in Data-General FAR 52.232-23 Assignment of Claims FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration FAR 52.233-1 Disputes Alt I FAR 52.233-3, Protest After Award FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.239-1 Privacy or Security Safeguards FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form) FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS, DFARS 252.203-7005, Representation of Compensation of Former DoD Officials DFARS 252.204-7000, Disclosure of Information DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, Central Contract Registration DFARS 252.204-7006, Billing Instructions DFARS 252.211-7007, Reporting of Governmnet-Furmished Property DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JUN 2010) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7001 Information Assurance Contractor Training and Certification DFARS 252.243-7001, Pricing of Contract Modifications AFFARS 5352.223-9001 Health and Safety on Government Installations 52.252-1 -- SOLICITATION PROVISIONS 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/ (End of Provision) 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 (End of Clause) 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 fifteen (15) days. (End of clause) 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 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 4 years, exclusive of any extension authorized under FAR 52.217-8, Option to extend services. (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 EMPLOYEE CLASS MONETARY WAGE FRINGE BENEFITS 15095 - Technical Course Instructor GS-9/ $21.79 $7.90 Course developer *OMB Memorandum M-08-13 date 11 Mar 08, directs that total fringe benefits be determined using a factor of 36.25% of base pay. (End of clause) 5352.201-9101 OMBUDSMAN (10 AUG 2005) (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 OMBC 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 Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, 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) Before contacting the Ombudsman please contact the Contracting Officer, 1 Lt Russell Long (316)-759-4525 email: russell.long.3@us.af.mil Additional FAR clauses cited within the above clauses will be incorporated into the resulting contract. Award will be made to the responsive offeror determined to be the most advantageous to the government in accordance with the criteria listed in the attached Request for Quote. Awardee will be required to invoice through wide area work flow(WAWF). Award can only be made to contractors registered in System for Award Managment (http://www.SAM.gov). Please fill out the attached Request For Quote and price list and send with your offer. Offerors shall respond to this solicitation by 12:00 A.M., Central Standard Time 03 September 2014. Offers shall be emailed to SSgt Tyler Luke (primary administrator) at tyler.luke@us.af.mil. If you cannot reach SSgt Luke please notify TSgt Justin McMurray (alternate administrator) at Justin.McMurray@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z00C4196AW01/listing.html)
 
Place of Performance
Address: McConnell AFB, Ks 67221, Wichita, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN03488094-W 20140830/140829023514-1abfe73545b42a878ca7465edd4c7146 (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.