SOLICITATION NOTICE
Q -- WACoE Athletic Trainers - Attachment #2 Pricing Schedule - Attachment #1 PWS - Attachment #4 SF LLL - Attachment #5 Contractor Info - Attachment #3 Insurance Certificate
- Notice Date
- 7/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621340
— Offices of Physical, Occupational and Speech Therapists, and Audiologists
- Contracting Office
- Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-16-Q-0055
- Point of Contact
- Samantha M Hampton, Phone: 2292573690, 23d Contracting, Services Flight Org Box, Phone: 229-257-4722
- E-Mail Address
-
samantha.hampton@us.af.mil, 23CONS.LGCB@us.af.mil
(samantha.hampton@us.af.mil, 23CONS.LGCB@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment #3 Insurance Certificate Attachment #5 Contractor Info Attachment #4 SF LLL Attachment #1 PWS Attachment #2 Pricing Schedule This is a combined synopsis and 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. All references to offer/offeror are deemed to have the meaning of quote/quoter and any quote received in response to this RFQ is not binding until contractor signs the purchase order issued at time of award or starts performance. The solicitation number for this procurement is FA4830-16-Q-0055 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-88, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2016-0603. The North American Industry Classification System (NAICS) is 621340. The small business size standard is $7.5 million. This acquisition will be set aside 100% for Small Business in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Description: Certified Athletic Trainers shall assist in the training of tactical athletes to enhance and optimize human performance by focusing on the full integration of human performance capabilities in the delivery of athletic training/physical therapy. The Athletic Trainer under the direction and supervision of the 23d Medical Group (MDG) Physical Therapist (PT) Officer in Charge (OIC) shall collaborate with the medical team to treat, screen, optimize human performance, prevent injuries and rehabilitate injuries. See Attachment 1: Performance Work Statement (PWS) for full description of the requirement. Note: FAR 52.222-17 Nondisplacement of Qualified Workers applies. Quoters may contact the primary or additional points of contacts listed for this acquisition for contract information of current employees. Quoters will have access to employee information of only those employees who have consented to release this information. All current employees of the incumbent contractor may be considered. Quotations must be submitted on Attachment 2: Pricing Schedule. FOB Point: Destination (Moody AFB, GA) Period of Performance: Base Year: 26 September 2016 through 25 September 2017 Option Year 1: 26 September 2017 through 25 September 2018 Option Year 2: 26 September 2018 through 25 September 2019 Option Year 3: 26 September 2019 through 25 September 2020 Option Year 4: 26 September 2020 through 25 September 2021 Late Quotations: Request for quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations may not be considered. All quoters must be System for Award Management (SAM) registered to include the online representation and certification application prior to the closing date and time of the RFQ (2:00 P.M. Eastern Standard Time on 29 August 2016. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFQ, may be excluded from consideration. The below listed Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions apply to this solicitation and pursuant contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.204-7 System for Award Management Jul-13 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan-14 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) May-14 FAR 52.222-99 Establishing a Minimum Wage for Contractors (DEVIATION) Jun-14 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information- Alternate I May-11 FAR 52.223-19 Compliance with Environmental Management Systems May-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.232-1 Payments Apr-84 FAR 52.232-8 Discounts for Prompt Payment Feb-02 FAR 52.232-11 Extras Apr-84 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-23 Alt I Assignment of Claims - Alternate I Apr-84 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.233-3 Protest After Award Aug-96 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun-12 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.247-7023 Transportation of Supplies by Sea - Basic Apr-14 AFFARS 5352.201-9101 Ombudsman Apr-14 AFFARS 5352.223-9001 Health and Safety on Government Installations Nov-12 The following clauses will be incorporated by reference in the pursuant contract with additional information for fill-ins as follows: FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days" Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days or earlier"; second blank indicating "at least sixty (60) days"; third blank indicating "five (5) years." Mar-00 DFARS 252.232-7006 Wide Area Workflow Payment Instructions - Fill-in will be provided at time of award. May-13 The following clauses will be incorporated by full text in the pursuant contract with the fill-in provided. FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 The below listed provisions apply to the RFQ only and must be printed and returned with the quote. FAR 52.209-7 Information Regarding Responsibility Matters Jul-13 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items May-14 FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items - Alternate I May-14 DFARS 252.204-7007 Alternate A, Annual Representations and Certifications Jan-15 The below listed provisions apply to the solicitation only for informational purposes and may require the quoter to submit documentation as applicable. FAR 52.216-1 Type of Contract - fill in "Firm Fixed Price" Apr-84 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.233-2 Service of Protest - fill in "23 CONS/LGCB, 4380B Alabama, B932, Moody AFB, GA 31699" Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 The below listed clauses will be marked within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-28 Post Award Small Business Program Representation Apr-12 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-17 Nondisplacement of Qualified Workers May-14 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity for Veterans Oct-15 FAR 52.222-37 Employment Reports on Veterans Feb-16 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec-10 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards May-14 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec-15 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 NOTE: There is currently no Department of Labor Wage Determination for this requirement. Therefore, the minimum pay for an employee must be at least minimum wage. See clause 52.222-99 (DEVIATION), Establishing a Minimum Wage for Contractors, for details. Response Time: Quotes will be accepted electronically only and must be received no later than 2:00 P.M. Eastern Standard Time on 29 August 2016. Email quotations shall be sent to both the primary and alternate points of contact identified below. Any questions from industry must be received in writing to the primary and alternate email addresses listed below no later than 2:00 P.M Eastern Standard Time on 15 August 2016. A site visit will not be conducted. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Name, Address, and telephone Number of Quoter; Name and email address of Representative authorized to discuss quote; any discount terms; and acknowledgement of all solicitation amendments (if applicable). Quotations shall also include the following required documentation: 1. Price: Quoted prices must be submitted using the Price Schedule at Attachment 2. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example, tiny_mce_marker.02 not tiny_mce_marker.0231). 2. Technical Acceptability: To be technically acceptable, the quoter shall submit a resume for two athletic trainers. The resumes must demonstrate that the trainers that the quoter intends to use to fill the positions have the following qualifications: a) A Bachelor's or Master's degree in athletic training from an accredited institution. b) Is certified by the Board of Certification for the Athletic Trainer and state licensed or eligible for state license. c) Able to read, write, and speak fluent English. d) Have at least three (3) years of professional experience working with college level or higher athletes and/or tactical military personnel of which one (1) year of full-time experience must be within the last three (3) years. Candidates with Master's degrees require only a minimum of two (2) years professional experience working with college level or higher athletes and/or tactical military personnel. e) Hold certification in Instrument Assisted Soft Tissue Mobilization. f) Shall be able to obtain certification in Trigger Point Dry Needling within 90 days of contract start date. 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. 4. Complete Attachment 3 (Insurance Certification), Attachment 4 (SF LLL) and provide the information requested in Attachment 5 (Contractor Information). 5. Compete FAR 52.209-7, and 52.212-3, (with Alt 1 if applicable). Evaluation: In accordance with (IAW) FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the lowest price technically acceptable quote. 1. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. 2. Technical Acceptability: To be technically acceptable, the quoter shall submit a resume for two athletic trainers. The resumes must demonstrate that the trainers that the quoter intends to use to fill the positions have the following qualifications: a) A Bachelor's or Master's degree in athletic training from an accredited institution. b) Is certified by the Board of Certification for the Athletic Trainer and state licensed or eligible for state license. c) Able to read, write, and speak fluent English. d) Have at least three (3) years of professional experience working with college level or higher athletes and/or tactical military personnel of which one (1) year of full-time experience must be within the last three (3) years. Candidates with Master's degrees require only a minimum of two (2) years professional experience working with college level or higher athletes and/or tactical military personnel. e) Hold certification in Instrument Assisted Soft Tissue Mobilization. f) Shall be able to obtain certification in Trigger Point Dry Needling within 90 days of contract start date. Technical Acceptable will be evaluated as either Acceptable or Unacceptable. 3. Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past performance will be rated as Acceptable or Unacceptable. Primary Point of Contact: SrA Samantha Hampton, Email: samantha.hampton@us.af.mil, Phone: 229-257-3153. Alternate Point of Contact: 23CONS.LGCB@us.af.mil Additional Point of Contact: SSgt Lucas Richardson, Email: lucas.richardson@us.af.mil, Phone: 229-257-4716. ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Pricing Schedule Attachment 3 - Insurance Certification Attachment 4 - SF LLL Attachment 5 - Contractor Information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-16-Q-0055/listing.html)
- Place of Performance
- Address: Moody AFB, Moody AFB, Georgia, 31699, United States
- Zip Code: 31699
- Zip Code: 31699
- Record
- SN04201359-W 20160731/160729234323-b7c2825b95404808e0001acd3b2cb47e (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 |