SOLICITATION NOTICE
U -- Test Administrator Services - Attachments
- Notice Date
- 5/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2V30XR118A901
- Archive Date
- 6/29/2016
- Point of Contact
- Andres F. Rincon, Phone: 8138281187
- E-Mail Address
-
andres.rincon@us.af.mil
(andres.rincon@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- WD DFARS Tax delinquency clause PWS RFQ This is a combined synopsis/solicitation for commercial services 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. This is a Request for Quote (RFQ) and the solicitation number for this requirement is F2V30X6118A901. The 6th Contracting Squadron, MacDill AFB, Florida, requires Testing Administrator services. I. DESCRIPTION OF REQUIREMENT: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016, DFAR DPN 20160510, and AFFAR AFAC 2015-1001. The North American Industry Classification System code (NAICS) is 611710, with a Small Business Size Standard of $15M. A firm fixed price contract will be awarded. II. DELIVERY ADDRESS: Ms. Jeanie Lessley, 8102 Condor Street, MacDill Bldg. 252, Education Library building. III. PRICING SCHEDULE: CLIN Description Qty. Unit Unit Price Total 0001 Test Administrator Services IAW PWS, Base Year 12 Months $ $ 1001 Test Administrator Services IAW PWS, Option Year 1 12 Months $ $ 2001 Test Administrator Services IAW PWS Option Year 2 12 Months $ $ 3001 Test Administrator Services IAW PWS, Option Year3 12 Months $ $ 4001 Test Administrator Services IAW PWS, Option Year4 12 Months $ $ 5001 Test Administrator Services IAW PWS,6 Month Extension 6 Months $ $ GRAND TOTAL $ Specific Instructions: a. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside. b. All offerors are required to complete and submit Attachment #2 of this solicitation IAW 252.209- 7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. IV. BASIS FOR AWARD: Reference 52.212-2, Evaluation -- Commercial Items V. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management - FAR 52.212-1, Instructions to Offerors - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - 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--Commercial Items Within FAR 52.212-5, the following provisions and clauses are incorporated by text: -FAR 52.219-6, Notice of Total Small Business Set-Aside -FAR 52.222-26, Equal Opportunity -FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving -FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management -FAR 52.222-41, Service Contract Labor Standards -FAR 52.222-42, Statement of Equivalent Rates for Federal Hires -FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) -FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment - FAR 52.217-5, Evaluation of Options - FAR 52.217-8, Option to Extend Services - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.222-17, Nondisplacement of Qualified Workers - FAR 52.222-41, Service Contract Act - FAR 52.222-42, Statement of Equivalent Rates for Federal Hires - FAR 52.219-1, Small Business Program Representations - FAR 52.219-28, Post-Award Small Business Program Representation - - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: ADDENDUM TO 52.212-1 ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS SOLICITATION PROVISIONS ADDENDUM The following additions/changes are made to FAR provision 52.212-1, which is incorporated by reference: (1) Solicitation number: F2V30XR118A901 (2) Requests for clarification. Address any questions or concerns you have to the CO or CA. Written requests for clarification may be sent by e-mail to andres.rincon@us.af.mil or ramon.jimenez.7@us.af.mil. All requests for clarification/questions are due no later than 06 June 2016 at 12:00 PM Eastern Standard Time. (3) Receipt of offerors. Offers are due no later than 14 June 2016 at 12:00 PM Eastern Standard Time to the 6th Contracting Squadron, 2610 Pink Flamingo Avenue, Building 147, MacDill AFB, FL 33621-5119. No faxed offers will be accepted. The offeror is solely responsible to make sure their offers are received by the deadline. (4) "Notice to Offeror(s)/Supplier(s): 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." Information to Offerors and Instructions for Offer Preparation 1.0 GENERAL INSTRUCTIONS a. This section provides general guidance as well as specific instructions on the format and content of an offerors submissions. The offeror's submission must include all data and information requested and must be submitted in accordance with these instructions. The offer shall be compliant with the requirements as stated in the Performance Work Statement (PWS). b. Offers shall be clear, concise, and shall provide a Performance Plan with sufficient detail for effective evaluation and for substantiating the validity of stated claims. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's submission. 1.1 GENERAL INFORMATION 1.1.1 Point of Contact - The Contracting Officer (CO) and Contract Administrator (CA) are the sole points of contact for this acquisition. 1.1.2 Discrepancies - If an offeror believes the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the CO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial submissions, as received, without discussion. 1.2 ORGANIZATION/NUMBER OF COPIES/PAGE LIMITS The offeror shall prepare submissions as set forth in the organizational table below. The titles and contents of the volumes are defined in the below table, all of which shall be within the required page limits and with the number of copies shown below. Submission Organization VOLUME VOLUME CONTENTS COPIES PAGE LIMIT I Contract Documentation, Cost/Price (Sec. III, Pricing Schedule) One (1) Copy No Limit II Performance Plan One (1) Copy No Limit 1.2.1 Cost or Pricing Information - All cost or pricing information shall be addressed ONLY in Volume I. Information shall be limited to Contract Line Item Number (CLIN), including unit and extended pricing, as specified in this solicitation. See Attachment 3 for price schedule. 1.2.2 Distribution - Offers shall be addressed to the Contract Specialist and mailed to: 6th Contracting Squadron, 2610 Pink Flamingo Ave., MacDill AFB, FL 33621-5119. (End of clause) 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: 1) Price 2) Technical Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangement will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. IAW FAR 52.217-8 -- Option to Extend Services, a 6 month extension will be evaluated as part of the initial price evaluation. If the offeror does not provide a separately priced line item for the six-month extension, the Government will evaluate the extension using the offerors provided rates for the base and/or option years (whichever is applicable). Reference CLIN 5001 in Pricing Schedule above. Technical - All offerors must provide specific evidence that they are capable of fulfilling the requirement. Specific evidence must reflect a thorough understanding of the PWS and describe how the offeror will fulfill requirements of the PWS (Via a Performance Plan). Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation; (2) Performance Work Statement (PWS); and (3) government standards and regulations pertaining to this requirement. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation & PWS. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation & PWS. Technical and price, when combined, are equal. (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. (End of Provision) The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: -DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials -DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials -DFARS 252.204-7003, Control of Government Personnel Work Product -DFARS 252.204-7004, Alt A, System for Award Management Alternate A -DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax. Liability or a Felony Conviction under and Federal Law is required -DFARS 252.225-7001, Buy American Act and Balance of Payment Program -DFARS 252.225-7002, Qualifying Country Sources as Subcontractors -DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments. Program -DFARS 252.232-7003, Electronic Submission of Payment Requests -DFARS 252.232-7010, Levies on Contract Payments -DFARS 252.243-7001, Pricing of Contract Modifications -DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS, Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (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, and 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 as applicable. (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. (End of clause) AFFARS 5352.201-9101, Ombudsman (NOV 2012) (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 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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman 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) 256-2395, 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. (End of clause) All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Government Point of Contact: SrA Andres Rincon, USAF, Contracting Specialist andres.rincon@us.af.mil (813)828-1187 Government Alternate Point of Contact: Ramon Jimenez, USAF, Contracting Officer ramon.jimenez.7@us.af.mil (813)828-7483 Attachments: 1. Performance Work Statement 2. DFARs 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax. Liability or a Felony Conviction under any Federal Law 3. WD 05-2125 (Rev.-21)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V30XR118A901/listing.html)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33616, United States
- Zip Code: 33616
- Zip Code: 33616
- Record
- SN04128952-W 20160527/160525234840-498c48b2aaef7bd88a08e6cb710af748 (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 |