Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

G -- Catholic Religious Education Coordinator - 1 SOCONS Local Clauses - Offer Schedule - Performance Work Statment - Wage Determinations (Rev#14, 5 Aug 2014)

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F0014196A001-McFarland
 
Archive Date
10/1/2014
 
Point of Contact
James McFarland III, Phone: 850-884-1262, 1 SOCONS/LGCA,
 
E-Mail Address
James.McFarland.8@us.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil
(James.McFarland.8@us.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determinations (Rev#14, 5 Aug 2014) Performance Work Statement Offer Schedule 1 SOCONS Local Clauses 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number F2F0014196A001 is hereby issued as a Request for Quote. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76, effective 25 August 2014. This acquisition is 100% set-aside for Small Business Concerns The North American Industry Classification System (NAICS) code for this project is 813110, and Standard Industrial Classification (SIC) code 8661. The Size Standard for this NAICS is $7.5M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item Number (CLIN) 0001, Provide Services as Catholic Religious Education Coordinator. 12 Months from Contract Award 1001, Provide Services as Catholic Religious Education Coordinator. 12 Months 2001, Provide Services as Catholic Religious Education Coordinator. 12 Months 3001, Provide Services as Catholic Religious Education Coordinator. 12 Months 4001, Provide Services as Catholic Religious Education Coordinator. 12 Months See attached Performance Work Statement for description of the requirement. Evaluation of Offers: In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the candidate qualifications and price* aspects of the offer. *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). The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn:, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 16 September 2014, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F0014196A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to james.mcfarland.8@us.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate quotes and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest priced offer. Technical Acceptability shall be determined by the offeror's: 1. Resume: Offeror shall submit a resume that demonstrates compliance with the minimum qualifications set forth in Section 1.2.3, 1.2.4, 1.2.5, 1.2.6 and 1.2.7 of the attached PWS. Offeror shall also provide a statement as required by Section 1.2.2 of the attached PWS. 2. References: Offeror shall submit a minimum of three references from current and previous ministries to include points of contact (name and duty title), telephone numbers and addresses of job performance. 3. Demonstration of Experience: Offeror shall submit a written document not-to-exceed two (2), single sided pages articulating and demonstrating your knowledge, capability and experience in performing the requirements of PWS Sections 2.4, 2.6, 2.7 (Weekly/Monthly Attendance, Special Project After Action Report and Trip Reports), 2.10, 2.14, 2.24 and 2.26. This document is in addition to the resume. Offerors will be rated as Technically Acceptable or Unacceptable. 4. Failure to submit the required documentation shall be determined technically unacceptable and ineligible for award. Offerors whose resumes were determined as not meeting the minimum requirements, will be identified as Technically Unacceptable, removed from competition and not considered for award. Demonstration of Experience submission shall be reviewed to coincide with the resume experience and references of past work experience. Failure to articulate and demonstrate experience shall be determined as techinically unacceptable and ineligible for award. 5. Offerors with technically acceptable resumes, references and demonstration of experience shall then be ranked in price from lowest to highest. Award will be made to the technically acceptable, lowest price offer. All prospective contractors must have CAGE codes and DUNS numbers, as well as, be registered in the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/ (formerly CCR) to be eligible for award. Processing time for registration in SAM may take five business days or more. Contractors may obtain information on registration and annual confirmation requirements via the SAM website or by calling 866-606-8220 or 334-206-7828 for international calls. Clauses: The full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The following provisions/clauses apply: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014) The following clauses within FAR 52.212-5 apply FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). FAR 52.222-50, Combating Trafficking in Persons (Feb 2009). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). FAR 52.219-28, Post Award Small Business Program Representations (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-25, Affirmative Action Compliance (Apr 1984). FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) (29 U.S.C. 793). 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) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). FAR 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Ad-justment (Multiple Year and Option Contracts) FAR 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Additional provisions/clauses: FAR 52.203-3 - Gratuities (Apr 1984). FAR 52.217-5 - Evaluation of Options (Jul 1990). FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009). FAR 52.227-1 -- Authorization and Consent (Dec 2007). FAR 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007). FAR 52.232-23 -- Assignment of Claims (May 2014). FAR 52.233-3 -- Protest After Award (Aug 1996). FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004). FAR 52.222-99 - Establishing a Minimum Wage for Contractors. (DEVIATION) (Jun 2014). DFARS 252.203-7000 --Requirements Relating to Compensation of Former DoD Officials (Sep 2011). DFARS 252.204-7011 --Alternative Line Item Structure (Sep 2011). DFARS 252.211-7003 --Item Identification and Valuation (Dec 2013). DFARS 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012). DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013) DFARS 252.243-7002 -- Requests for Equitable Adjustment (Dec 2012). DFARS 252.204-7003 -- Control of Government Personnel Work Product (Apr 1992). DFARS 252.204-7006 -- Billing Instructions (Oct 2005). AFFARS 5352.209-9001 -- Potential Organizational Conflict of Interest (Oct 2010). AFFARS 5352.242-9000 -Contractor Access to Air Force Installations (Nov 2012) AFFARS 5352.242-9001 --Common Access Cards (CAC) for Contractor Personnel (Nov 2012 AFFARS 5352.223-9001 --Health and Safety on Government Installations (Nov 2012) 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 pre-vailing 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 30 days. 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 prior to contract expiration, provided that the Government gives the Contrac-tor 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 in-clude this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) AFFARS 5352.201-9101 OMBUDSMAN (Apr 2014) (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 quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen Colonel Gerald I. Ray, Jr., HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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. Point of contact is James McFarland III, Contract Specialist, Phone (850) 884-1263, email: james.mcfarland.8@us.af.mil; David Shreve, Contracting Officer, (850) 884-3266, email: Clyde.Shreve@us.af.mil List of Attachments: a. Performance Work Statement b. 1 SOCONS Local Clauses c. Offer Schedule d. Wage Determinations (Rev # 14, 5 Aug 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F0014196A001-McFarland/listing.html)
 
Place of Performance
Address: Hurlburt Field, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03497524-W 20140907/140905234756-9f7c75a52fc245b1bc634436fac8705f (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.