SOLICITATION NOTICE
U -- CCAF Advisor/Customer Support Representative - Solicitation/PWS
- Notice Date
- 7/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- FA4686-15-T-0022
- Archive Date
- 8/25/2015
- Point of Contact
- Benjamin Ryan, Phone: 5306343597, Adam M. Steward, Phone: 5306343404
- E-Mail Address
-
benjamin.ryan@us.af.mil, adam.steward@us.af.mil
(benjamin.ryan@us.af.mil, adam.steward@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement (PWS) Synopsis/Solicitation The following Request for Quotes (RFQ) is being used for the procurement a CCAF Advisor/Customer Service Representative for the Beale AFB Education Center. The North American Industry Classification System (NAICS) code for this procurement is 611710. The Standard Industry Code (SIC) is 8299. The size standard as described by the U.S. Small Business Administration for this procurement is $14M. Small Business determination and tax identification numbers shall be submitted with quotes. This Request for Quote shall be 100% Small Business set aside for Small Businesses only. Offerors must be registered in the System for Award Management (SAM) to be considered for award. Offerors may register at www.sam.gov. A DUNS (Duns and Bradstreet) number is required in order to register. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Inquiries for this RFQ may be directed to the contract administrator via e-mail to SrA Benjamin Ryan at benjamin.ryan@us.af.mil. Send quotes by e-mail to SrA Benjamin Ryan at benjamin.ryan@us.af.mil or by Fax: (530) 634-3311 by the solicitation closing date of 2:00pm PST, 10 August 2015. The following items are requested in this solicitation: ITEM NUMBER: CLIN 0001 SERVICES: CCAF Advisor/Customer Service - In accordance with (IAW) the attached Performance of Work Statement (PWS)Period of Performance (PoP) 1 Oct 15 - 30 Sep 16 UNIT: Months QTY: 12 UNIT PRICE:___________ AMOUNT:_________ ITEM NUMBER: CLIN 1001 SERVICES: CCAF Advisor/Customer Service - IAW the attached PWS, PoP 1 Oct 16 - 30 Sep 17 UNIT: Months QTY: 12 UNIT PRICE:___________ AMOUNT:_________ ITEM NUMBER: CLIN 2001 SERVICES: CCAF Advisor/Customer Service - IAW the attached PWS, PoP 1 Oct 17 - 30 Sep 18 UNIT: Months QTY: 12 UNIT PRICE:___________ AMOUNT:_________ TOTAL PRICE:___________ CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.217-5 Evaluation Of Options 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-5 Alt I Pollution Prevention and Right-to-Know Information (May 2011) Alternate I 52.223-5 Alt II Pollution Prevention and Right-to-Know Information (May 2011) Alt II 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7000 Disclosure Of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.239-7001 Information Assurance Contractor Training and Certification CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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: 1. Price 2. Technical Award shall be made based on a lowest price technically acceptable basis. For evaluation purposes, the lowest priced offeror shall be the first to be evaluated. If technical is acceptable, other offerors shall not be evaluated and an award shall be made to that offeror. Should the lowest priced offeror not be acceptable in the technical portion, the next lowest offeror shall be evaluated, and so on. (1) Price. An offerors quoted prices will be determined by calculating the total price of the base and all option years. Note: Extension of services option. The government will evaluate bids for award purposes by adding the total price for all options to the total price for the basic year requirement, as described below: A) Estimated total amount of all options, by area, specified in the schedule under the authority of contract clause FAR 52.217-9 "Option to Extend the Term of the Contract" will be added to the basic year (including all areas) of the requirement. B) Estimated total amount of "Extended Service" options specified in the schedule under the authority of contract clause, FAR 52.217-8 "Option to Extend Services" will be calculated as follows: (1) The price equivalent to the six (6) months extension of services authorized by 52.217-8 will be evaluated and factored as part of the Total Evaluated Price (TEP) for award. The Government will calculate proposed prices for a quantity equivalent to six months by prorating proposed prices offered for each area, including all Option's under FAR 52.217-9, using the following formula: Base Period Total Extended Amount of each Area x 0.5* 1st Option Period Total Extended Amount of each Area x 0.5* 2nd Option Period Total Extended Amount of each Area x 0.5* Note* 0.5 is the multiplicative factor used to derive the six months quantity value. If the period of performance is delayed, we will adjust the multiplicative factor in cases where the period of performance is less than 12 months. C) Then, the total area amounts figured at paragraph 1.A will be added to the total area amounts calculated in para. 1.B to arrive at the TEP amounts for each area. Note, these TEP area amounts are for evaluation purposes only. Since the actual exercise of the Extension of Services for up to six months is a maximum period granted under FAR 52.217-8; the actual period of contract extension is unknown until the extension becomes necessary. (2) Factor 2: Technical Capability. The factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. The following items will be evaluated in regards to the technical portion of this solicitation: (A) Sub-Factor 1: Verification of a Bachelor's degree in Education or three years of Community College of the Air Force (CCAF) equivalent advisory and customer service experience. Degree must be from a United States institution accepted by an organization/association approved by the Council for Higher Education Accreditation (CHEA) and/or the US Department of Education. (B) Sub-Factor 2: Verification of an online certificate for minimum Words Per Minute (WPM) typing skills requirement. This certificate must state the average WPM which must be at or greater than the minimum requirement outlined in the PWS. (An example of an acceptable certificate is a free WPM test found through Google. A printout of the results is an acceptable verification of WPM) (C) Sub-Factor 3: Mission Capability The offeror shall describe their ability to provide continuous quality support for the efforts described in the PWS. This factor may not exceed 5 one-sided pages. TABLE 3.2.1 - TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. (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. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERICIAL ITEMS (MAY 2015) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. These additional FAR clauses cited within the clause at 52.212-5 are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 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- System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-55, Minimum Wages Under Executive Order 13658 Additional clauses incorporated by full-text can be viewed in the attached combined synopsis/solicitation. Offerors shall submit their quote on the RFQ sheet provided in the solicitation and complete all information requested on the quote sheet. The Government will NOT accept incomplete quotations. Offerors must be registered in the System for Award Management database @ www.sam.gov to be considered for award. Quotes must be received no later than 2:00 PM PST, 10 August, 2015. All quotes must be sent to SrA Benjamin Ryan via email at: Benjamin.ryan@us.af.mil. If you have any questions, please contact SrA Benjamin Ryan by email or at (530) 634-3597.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-15-T-0022/listing.html)
- Place of Performance
- Address: Base Education Center, Beale AFB, California, 95903, United States
- Zip Code: 95903
- Zip Code: 95903
- Record
- SN03807457-W 20150725/150723234848-e5b8b5978cd0847d638dff70617e291c (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 |