SOLICITATION NOTICE
G -- Protestant Religious Education Coordinator - Performance Work Statement
- Notice Date
- 11/16/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- 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
- F2Z00C7235AW01
- Archive Date
- 12/19/2017
- Point of Contact
- Yeshua Farfan, Phone: 316-759-4529, Cameron Collins, Phone: 316-759-4512
- E-Mail Address
-
yeshua.farfan@us.af.mil, cameron.collins.2@us.af.mil
(yeshua.farfan@us.af.mil, cameron.collins.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement RFQ - Solicitation #F2Z00C7235AW01 16 November 2017 MEMORANDUM FOR SOLICITATION FROM: 22 CONS/LGCA SUBJECT: Request for Quote; Solicitation #F2Z00C7235AW01 1. In accordance with FAR 12.603(c)(2): 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; 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 2005-95. 2. The Government intends to award a Firm Fixed Price Contract based on Lowest Price Technically Acceptable. 3. The associated NAICS code for this acquisition is 813110 with a size standard of $7.5M. 4. The subject Request for Quote number is: F2Z00C7235AW01. 5. McConnell AFB, KS 67221-3702 plans to acquire the following commodity: Protestant Religious Education (RE) Director. 6. A site visit will not be conducted for this requirement. 7. Offers are due by 3:00 p.m. CST on 4 December 2017. Please fill out the attached solicitation and send with your offer. Interested parties shall submit their quotes via email to A1C Yeshua Farfan at: yeshua.farfan@us.af.mil and to Mr. Cameron Collins at: cameron.collins.2@us.af.mil. Please send to both. 8. All questions for this requirement are due by 3:00 p.m. CST 23 November 2017. 9. Please refer to the Addendum's to 52.212-1 & 52.212-2 for specific instructions regarding quotation preparation and evaluation criteria for this effort. ITEM DESCRIPTION QTY Unit Unit Price Extended Amount (Including Shipping) 0001 Protestant RE Director or Equal IAW attached Performance Work Statement. 15 December 2017 - 14 December 2018 12 MO tiny_mce_marker____________ tiny_mce_marker_____________ 1001 Protestant RE Director or Equal IAW attached Performance Work Statement. OY1 15 December 2018 - 14 December 2019 12 MO tiny_mce_marker____________ tiny_mce_marker_____________ 2001 Protestant RE Director or Equal IAW attached Performance Work Statement. OY2 15 December 2019 - 14 December 2020 12 MO tiny_mce_marker____________ tiny_mce_marker_____________ 3001 Protestant RE Director or Equal IAW attached Performance Work Statement. OY3 15 December 2020 - 14 December 2021 12 MO tiny_mce_marker____________ tiny_mce_marker_____________ 4001 Protestant RE Director or Equal IAW attached Performance Work Statement. OY4 15 December 2021 - 14 December 2022 12 MO tiny_mce_marker____________ tiny_mce_marker_____________ TOTAL COST tiny_mce_marker_______________ PLEASE REVIEW/PROVIDE ALL INFORMATION BELOW: Shipping/Transportation will be FOB: DESTINATION Pricing Quoted: (GSA, Open Market Only, etc.) ______________________________________ Payment Terms: Delivery Date: Company Name: DUNS #: Required Cage Code Number: POC: Telephone #: E-Mail Address: Tax ID #: Warranty Information: Do you have the capacity to invoice electronically (invoicing through WAWF)? The following provisions and clauses in their latest editions apply to this acquisition: FAR 52.212-1 -- Instruction to Offerors -- Commercial Items 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 FAR 52.219-6 - Notice of Total Small Business Set Aside FAR 52.204-7 - System for Award Management FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-17 - Ownership or Control of Offeror FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.204-20 - Predecessor of Offeror FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liablity or a Felony Conviction under any Federal Law FAR 52.214-34 - Submission of Offers in the English Language FAR 52.214-35 - Submission of Offers in U.S. Currency FAR 52.216- 1 - Type of Contract This is a notice that this order is a total small business set-aside holding NAICS Code 813110 and the size standard is $7.5M. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. This requirement shall be subject to the Buy American Act in accordance with DFARS 252.225-7000, (Buy American--Balance of Payments Program Certificate (JAN 2014)) and (DFARS 252.225-7001, (Buy American and Balance of Payments Program (DEC 2012)). Awardee will be required to invoice through Wide Area Work Flow (WAWF). Award can only be made to contractors registered in System for Award Management (http://www.SAM.gov). Delivery/Assembly: Delivery shall be FOB Destination and included in CLIN prices noted above, unless otherwise and clearly noted by offeror in submitted offer. CLAUSES/PROVISIONS INCLUDED BY FULL TEXT: ADDENDUM TO 52.212-1 1. GENERAL INFORMATION A. INFORMATION REGARDING SUBMISSION OF QUOTATION: Quotations shall be submitted no later than the date and time in Paragraph 7 of the Request for Quotation (RFQ). If amendments are issued, they must be acknowledged in writing prior to the due date. All quotations must be electronic and labeled in accordance with the preparation instructions in paragraph 2 of this addendum; time and date stamp will be the "sent" time versus the "received" time. It is the Offeror's responsibility to confirm receipt of correspondence. Offerors should submit quotations to the address listed below: (1) A1C Yeshua Farfan: yeshua.farfan@us.af.mil; Mr. Cameron Collins: cameron.collins.2@us.af.mil; MSgt Brian Swanson: brian.swanson.3@us.af.mil. Please send to all three. (2) PHYSICAL, TELEGRAPHIC OR FACSIMILE QUOTATIONS WILL NOT BE ACCEPTED. (3) Late quotations will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." (4) Period for Acceptance of Offers: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. B. SITE VISIT: No site visit is anticipated for this requirement. All questions/comments should be directed to the individuals listed in paragraph A.(1). C. DISCREPANCIES: If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer (CO) in writing with supporting rationale as well as remedies the Offeror is asking the CO to consider as related to the perceived omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial quotation, as received, without discussions in accordance with FAR 52.212-1(g). D. EXCEPTIONS TO TERMS AND CONDITIONS: Exceptions taken to terms and conditions of the RFQ, to any of its formal attachments, or to other parts of the solicitation shall be identified to the CO as soon as they are identified and prior to the quotation due date. Each exception shall be specifically related to a paragraph and/or specific part of the solicitation to which the exception is taken. Provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being removed from consideration for award. 2. QUOTATION PREPARATION- To assure timely and equitable evaluation of the quotation, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Non-conformance with these instructions may result in an unfavorable quotation evaluation. Failure to meet a requirement may result in an offer being ineligible for award. A. The quotation shall be clear, concise and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The quotation should not simply rephrase or restate the Government's requirement, but rather shall provide facts and convincing rationale addressing how the Offeror intends to meet these requirements. 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 quotation. B. Offerors shall prepare their quotation as set forth in Table 1 below. Quotations shall be submitted in electronic format. The titles and contents are defined in Table 1 of this document, all of which shall be within the required page limits and with the number of copies as specified in the table. The contents of each quotation are described in the table below and the paragraphs that follow it. In the event that this table conflicts with the detailed instructions in the paragraphs that follow, the detailed instructions shall take precedence. C. The response shall consist of two (2) separate volumes; Volume I - Executive Summary & Price Quotation and Volume II - Technical Capability/Past Performance. Table 1 - Quotation Organization Volume Volume Title Electronic Copies Page Limit I Executive Summary & Price Quotation Tab 1 - Table of Contents Tab 2 - Narrative & Authorized Offeror Personnel Tab 3 - Request For Quote & All Amendments Tab 4 - Glossary of Abbreviations and Acronyms 1 Electronic Version 5* (Applies only to Tab 2; all other sections have no limitation) II Technical Capability/Past Performance Tab 1 - Table of Contents Tab 2 - Resume/Curriculum Vitae (CV) Tab 3 - Essay (Demonstration of Protestant Teachings) Tab 4 - List of References Tab 5 - College Transcripts/Degree Tab 6 - Past Performance Tab 7 - Glossary of Abbreviations and Acronyms 1 Electronic Version 50* *Excess pages will not be evaluated. D. Page Limitations: Page limitations shall be treated as maximums. Compliance with page count limits shall be verified via the hard copy. If exceeded, the excess pages will not be read or considered in the evaluation of the quotation. E. Page Structure: An electronic page is defined as each face of a sheet of paper, when printed, or by an electronic page break when working in Microsoft Word, which contains quotation information. When both sides of a sheet display printed material, it shall be counted as two pages. Pages shall be defined as 8.5 x 11 inches, when printed. Except for the reproduced sections of the solicitation document, the text size shall be no less than 12 point font. Margins on all four edges of each sheet will be at least one half (.5") inch. F. Labeling: A cover sheet should show volume number, title, solicitation identification, and the Offeror's name. Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), Restriction on disclosure and use of data, and FAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information. This information shall be placed in the header or footer of each page as appropriate, if needed. Pages shall be numbered sequentially, utilizing the footer space. G. Electronic Copies: Each volume shall be a separate electronic document. Use separate files to permit rapid location of all portions, including subfactors, exhibits, annexes, and/or attachments, if any. The Offeror shall submit volumes I and II in electronic format, using e-mail. The electronic copies of the quotation shall be submitted in a format readable by Microsoft (MS) Office Word 2013, MS Office Excel 2013, and MS Office Power Point 2013, etcetera as applicable. H. VOLUME I - EXECUTIVE SUMMARY & PRICE QUOTATION: The executive summary volume shall consist of the following sections. (1) Tab 1: Table of Contents. Include a table of contents for the volume. (2) Tab 2: The Offeror's narrative summary of the entire quotation should be concise, include addressing the significant risks, and highlighting any key or unique features, excluding price. The salient features should tie in with 52.212-2 evaluation factors/subfactors. Provide the name, title, and telephone number of the company/division point of contact regarding decisions made with respect to the Offeror's quotation and who can negotiate and obligate the company contractually with the Government. Additionally please provide the name and contact information for the CEO, Division President, and/or Vice President of the company for notification purposes. Any summary material presented here shall not be considered as meeting the requirements for any portions of other volumes of the quotation. The narrative portion of the executive summary has a limit of five (5) pages. (3) Tab 3: Complete the Offer section of the RFQ. In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ. These sections constitute the model contract. The "original" copy shall be clearly marked under separate cover. Each amendment of solicitation will be signed. (4) Tab 4: Glossary of Abbreviations and Acronyms. I. VOLUME II - TECHNICAL CAPABILITY & PAST PERFORMANCE (Maximum 50 pages): The Technical Capability & Past Performance Volume shall be specific and complete. Clarity and coherence are very important. The offeror's responses will be evaluated against the technical evaluation criteria in 52.212-2, Evaluation-Commercial Items. Using the instructions provided below, provide as specifically as possible the actual methodology the Offeror would use for accomplishing/satisfying these subfactors. The Technical Capability & Past Performance Volume shall NOT contain any reference to cost/price specifically associate with this offer (Note: Cost/Price data associated with past performance data is acceptable and expected). All the requirements specified in the solicitation are mandatory. By the Offeror's quotation submission, the Offeror is representing that the Offeror's firm will perform all the requirements specified in the solicitation. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation, but instead discuss how the Offeror plans to accomplish each of the requirements. The Technical Capability portion of the Volume shall address the proposed approach to meeting the minimum capability requirements of the following four (4) subfactors: Resume/CV, Essay (Demonstration of Protestant Teachings), List of References, College Transcripts/Degree. The Past Performance portion of the Volume will contain the information listed in subparagraph (6) below. (1) Tab 1: Table of Contents. (2) Tab 2: Resume/CV Offerors shall submit a Resume/CV demonstrating a clear understanding for all service tasks outlined in the Performance Work Statement (PWS) and background information pertinent to providing context as to how the qualifications, duties and responsibilities will be met. Logical and concise methodology must be presented in the offeror's quotation as to what techniques will be used to ensure adequate staffing is provided throughout the life cycle of the contract. The document shall include as a minimum: i. The verification and validation of the means that will utilized to meet the requirements of paragraph III., a., c. & d. of the PWS. ii. Provide a signed statement of affirmation that while this position is for Protestant services, all other faiths/spiritualties utilizing the McConnell AFB chapel facilities will be treating professionally and with respect regardless of the Offeror's own personal or religious beliefs. iii. Provide context on past employment that shows education coordination experience and information relevant to meet the requirements of each area of responsibility shown in paragraph IV of the PWS. (3) Tab 3: Essay (Demonstration of Protestant Teachings) Offeror shall submit an original essay (no longer than 2 pages as defined in paragraph 2.E. above) document demonstrating a strong knowledge of Protestant teachings, customs and traditions along with current developments in religious education with a summary of sources. This will serve as the basis for qualification listed in paragraph III., b of the PWS. Plagiarizing will be disqualifying. (4) Tab 4: List of References Offerors shall submit a list of references, minimum of one (1) with contact information for each of the jobs submitted in the resume/CV. Additionally, two (2) other references may be provided that have had a previous working relationship under a relevant setting. (5) Tab 5: College Transcripts/Degree Offerors shall submit college transcripts and college degrees to fulfill the requirement of paragraph III., a. of the PWS. (6) Tab 6: Past Performance Offeror shall provide past performance information for evaluation. Failure to provide the information may result in the offeror being removed from consideration for award. (Note: An offeror with no past performance experience should submit the Volume with an explanation that they have no recent or relevant experience). The Government will evaluate past performance of the offeror's relevant and recent contracts to determine an overall rating. For the purpose of this evaluation, the term "offeror" includes the prime offeror and/or team members and major subcontractors. Only references for relevant and recent type of contract work is acceptable. "Relevant" to this acquisition means an education coordinator for a church or faith group that covers similar aspects described in the PWS. "Recent" means any relevant services within the last 3 years from solicitation issue date. Provide information currently available (letters, metrics, customer survey, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contracts. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. The Government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this RFQ. The Government will use information submitted by the offeror and, at the Government's discretion, may utilize other sources such as other Federal Government and commercial sources to assess performance. Provide a list of no more than five (5), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years from the date of issuance of the solicitation. The page limit for each reference is 2 pages as defined in paragraph 5. Additionally, performance of less than one year from the date of this solicitation will not be considered due to limited performance history of these efforts. The Government reserves the right to evaluate more references that it locates through past performance evaluation research. The evaluation of past performance information will take into account past performance information regarding predecessor companies, personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. Furnish the following information for each contract listed: a. Company/Division name b. Product/Service c. Contracting Agency/Customer d. Contract Number e. Contract Dollar Value f. Period of Performance g. Verified, up-to-date name, address, phone number, and e-mail of the CO h. Comments regarding compliance with contract terms and conditions i. Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. j. PAST PERFORMANCE QUESTIONNAIRE: Offeror shall send out, and confirm receipt and submission of the Past and Present Performance Questionnaire on each of the offeror's past performance for relevant and recent contracts, as defined in the table below. The responsibility to send out and track the receipt and submission of the Past Performance Questionnaires rests solely with the offeror. For each questionnaire, complete and sign a letter containing substantially the same information as in the Sample Questionnaire Cover Letter. Cover letters shall be printed on company letterhead. The offeror shall exert its best efforts to ensure that at least two POCs, per relevant contract, submit a completed Past Performance Questionnaire directly to the Government not later than the due date for the past performance quotation volume. To avoid potential conflicts offeror's are exempt from sending Past Performance Questionnaires to other potential competitors of this acquisition. In this situation, it is the offeror's responsibility to find an alternative method of providing the Government the same or similar information. Each of the offeror's POCs shall e-mail the completed Past Performance Questionnaire to MSgt Brian Swanson at brian.e.swanson8.mil@mail.mil. Once the Past Performance Questionnaires are completed by your POCs, the information contained therein shall be considered sensitive and shall not be released. Questionnaires shall be sent back directly to the Government. This questionnaire is Attachment 3 of the solicitation. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Similar scope and magnitude includes performing education coordinator services for a church or faith group that covers similar aspects described in the PWS. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Services other than education coordinator services for a church or faith group that covers similar aspects described in the PWS. (7) Tab 7: Glossary of Abbreviations and Acronyms. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. Factor 1: Technical Capability Subfactor 1: Resume/CV Subfactor 2: Essay (Demonstration of Protestant Teachings) Subfactor 3: List of References Subfactor 4: College Transcripts/Degree 2. Factor 2: Past Performance 3. Factor 3: Cost/Price A. The relative importance of each factor is as follows: Initially, only those technical quotations determined to be acceptable will be considered for award. Following that determination, technical acceptance and past performance will be evaluated on a basis roughly equal to cost or price considerations. (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) ADDENDUM TO 52.212-2 1. Evaluation Factors, Subfactors & Elements: Basis for Contract Award: The resulting contract from this acquisition will be a Firm-Fixed Price (FFP) contract. The Government will use Lowest Price, Technically Acceptable (LPTA) selection procedures to make a best value award decision. This will be conducted accordance with (IAW) with Federal Acquisition Regulation (FAR) 12.602, Streamlined Evaluation of Offers, utilizing the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS) Source Selection Procedures for guidance. These regulations are available electronically at the FAR Site, http://farsite.hill.af.mil. The Government will select the best overall offer, based upon an integrated assessment of Technical Acceptability, Past Performance and Cost/Price. A contract may be awarded to the offeror who is deemed responsible IAW the FAR, as supplemented, whose quotation conforms to the solicitation's requirements (to include all stated terms, conditions, representations certifications, and all other information required by this solicitation) and is judged, based on the evaluation factors to represent the best value to the Government. Only offerors who are determined technically acceptable and whose price is determined reasonable are eligible for award. All technically acceptable quotations shall be treated equally except for their prices. Failure to meet any technical subfactor will result in a quotation being determined technically unacceptable. The Government seeks to award to the offeror who gives the Government the greatest confidence that it will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the CO reasonably determines that the overall business approach and/or technical ability of the lower priced offeror does not meet the Government's minimum requirements. The CO will base the selection decision on an integrated assessment of quotations against all criteria in the solicitation (described below). While the Government Evaluation Team and the CO will strive for maximum objectivity, the selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and all technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide a complete accompanying rationale. The evaluation process shall proceed as follows: A. Factor 1 - Technical Capability: Initially, quotations shall be evaluated according to technical acceptability or unacceptability. Only those technical quotations determined to be acceptable will be considered for award. All Technical Capability subfactors are weighted equally. Each subfactor within the Technical Capability factor will receive either an acceptable or unacceptable Technical Capability rating. An unacceptable subfactor assessment will render the entire quotation unawardable. The quotations will be evaluated against the following four Technical Capability subfactors: four (4) subfactors: Resume/CV, Essay (Demonstration of Protestant Teachings), List of References, & College Transcripts/Degree. (1) The offeror's proposed approach will be rated based on their ability to provide a quotation IAW the instructions in this solicitation, to include all stated terms, conditions, representations certifications, and all other information required by this solicitation. Additionally, all fill in portions of the RFQ must be completed. During the evaluation of each quotation the Government will assign a rating as shown in paragraph (2) below. (2) The ratings consist of the following: RATING DEFINITION Acceptable Quotation clearly meets the minimum requirements of the solicitation. Unacceptable Quotation does not clearly meet the minimum requirements of the solicitation. (3) Subfactor 1 - Resume/CV: The Resume/CV is acceptable when the offeror's product demonstrates a clear understanding for all service tasks outlined in the Performance Work Statement (PWS) and background information pertinent to providing context as to how the qualifications, duties and responsibilities will be met. Logical and concise methodology must be presented in the offeror's quotation as to what staffing techniques will be used to ensure adequate staffing is provided throughout the life cycle of the contract. The Government will assess risk for this subfactor. Risks that are considered to have the potential for disruption of schedule, degradation of performance, the need for increased Government oversight, or the likelihood of unsuccessful contract performance may be deemed unacceptable. A rating of unacceptable in one or more of the technical subfactors will constitute an overall rating of unacceptable for the technical evaluation. The plan shall include as a minimum: a. The verification and validation of the means that will utilized to meet the requirements of paragraph III., a., c. & d. of the PWS. b. Provide a signed statement of affirmation that while this position is for Protestant services, all other faiths/spiritualties utilizing the McConnell AFB chapel facilities will be treating professionally and with respect regardless of the Offeror's own personal or religious beliefs. c. Provide context on past employment that shows education coordination experience and information relevant to meet the requirements of each area of responsibility shown in paragraph IV of the PWS. (4) Subfactor 2 - Essay (Demonstration of Protestant Teachings): The Essay (Demonstration of Protestant Teachings) subfactor is acceptable when the offeror provides an original essay document demonstrating a strong knowledge of Protestant teachings, customs and traditions along with current developments in religious education with a summary of sources. This will serve as the basis for qualification listed in paragraph III., b of the PWS. Plagiarizing will be disqualifying. (5) Subfactor 3 - List of References: The List of References subfactor is acceptable when the quotation includes a list of references in accordance with the instructions of the solicitation. A minimum of one (1) with contact information for each of the jobs submitted in the resume/CV. Additionally, two (2) other references may be provided that have had a previous working relationship under a relevant setting. (6) Subfactor 4 - College Transcripts/Degree: The College Transcripts/Degree subfactor is acceptable when the offeror submits college transcripts and college degrees that meet the requirement of paragraph III., a. of the PWS. B. Factor 2 - Past Performance: Quotations that receive an acceptable technical rating will then be evaluated for past performance acceptability. The Government will evaluate past performance and assign final ratings of Acceptable or Unacceptable. The Past Performance evaluation results are an assessment of the offeror's probability of future successful performance. (1) Evaluation Process: The past performance evaluation considers each offeror's demonstrated recent and relevant record of performance in supplying products and services that meet the solicitation's requirements. There are two aspects to the past performance evaluation. The first is to the past performance evaluation is to evaluate whether the offeror's present/past performance is relevant and recent to the effort to be acquired. The criteria for relevancy and recency are shown below: Table 2.0, RELEVANCY ASSESSMENT Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Similar scope and magnitude includes performing education coordinator services for a church or faith group that covers similar aspects described in the PWS. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Services other than education coordinator services for a church or faith group that covers similar aspects described in the PWS. a. Relevancy Assessment. An assessment of the past performance information will be made to determine if it is relevant. To be relevant, services must include performing education coordinator services for a church or faith group that covers similar aspects described in the PWS. Past performance information that fails this condition will not be evaluated. Past Performance relevancy will be rated as relevant or not relevant in accordance with Table 2.0 below. b. Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. c. Performance Quality Assessment: The Government will consider the performance quality of recent, relevant efforts (how well the offeror performed on the contracts). For each recent, relevant past performance citation reviewed, the performance quality of the work performed will be assessed for the Technical sub factors and Price Factor (however, all aspects of performance that relate to this acquisition may be considered). The quality assessment may result in positive or adverse findings. Adverse is defined as past performance information that supports an unsatisfactory rating on any evaluation element or any unfavorable comment received from sources without a formal rating system. For adverse information identified, the evaluation will consider the number and severity of the problem(s), mitigating circumstances, and the effectiveness of corrective actions that have resulted in sustained improvements. Process changes will only be considered when objectively measurable improvements in performance have been demonstrated. The Government will use the following quality levels when assessing recent, relevant efforts: Table 3.0 - PAST PERFORMANCE QUALITY ASSESSMENT Quality Assessment Description SATISFACTORY (S) During the contract period, offeror performance is meeting (or met) all contract requirements. For any problems encountered, offeror took effective corrective action. UNSATISFACTORY (U) During the contract period, offeror performance is not meeting (or did not meet) some contract requirements. For problems encountered, corrective action appeared only marginally effective, not effective, or not fully implemented. Customer involvement was required. NOT AVAILABLE (N) Quality and/or performance information is not available. d. Evaluation Assessment. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror's Past Performance quotation volume and information obtained from other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), CPARS, or other databases; interviews with Program Managers, CO's and Fee Determining Officials; the Defense Contract Management Agency (DCMA), and commercial sources. An offeror's past performance information will be evaluated and rated using the following qualitative performance ratings. e. Ratings. The Past Performance subfactor will receive an acceptable or unacceptable rating based on the evaluation method described above. See the Table 4.0 below for past performance evaluation ratings: Table 4.0, PAST PERFORMANCE EVALUATION RATINGS Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown* Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort f. Where a relevant performance record indicates performance problems, the Government will consider the number and severity of the problems as well as the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate their effectiveness. Prompt corrective action in isolated instances may not outweigh overall negative trends. A strong past performance record may be considered more advantageous to the Government than a neutral/unknown confidence past performance rating. *In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonable assigned, the offeror may not be evaluated favorable or unfavorable on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." C. Factor 3 - Cost/Price Factors: The Government price evaluation team shall evaluate the price quotations and any other relevant quotation data submitted, to determine if proposed prices are reasonable and balanced. (1) Each offeror's Total Evaluated Price (TEP) will be calculated as the sum of all CLINS. This calculation is described in more detail in the quotation preparation instructions section of this solicitation and in paragraph four (4) below. All proposed prices for all contract periods will be evaluated for reasonableness, which may be determined based on prices submitted by the competition, historical pricing, current market conditions, and comparison to the Independent Government Estimate and/or other quotation analysis techniques as described in FAR 15.404-1. Evaluation of option periods will not obligate the Government to exercise options. (2) The Government may require submission of information other than cost or pricing data to the extent necessary to evaluate price reasonableness. A contract will not be awarded to an offeror whose proposed price is not determined reasonable. For the purposes of this acquisition, the Government considers any type of price reduction that is unexplained, including any identified as a management challenge, to be unreasonable. (3) Price analysis will be used to determine if the prices for the proposed contract line items are balanced or unbalanced. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items or sub line items appears to be significantly overstated or understated as indicated by the application of price analysis techniques. Unbalanced pricing may result in an offer being rejected if the Government determines that it presents an unacceptable risk to the Government. (4) Quantities: The Government will evaluate offers for award purposes by multiplying the proposed unit price by the quantities for a total line item price. The Government may determine that an offer is unacceptable if the line item prices are significantly unbalanced. Unbalanced pricing exists when, despite the total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis. D. After initial evaluation of each offeror's technical, past performance and price quotations, if the lowest priced offeror, by TEP, is determined technically acceptable with a reasonable price, is determined responsible in accordance with FAR 9.104 evaluations will stop without consideration of any other offers, as this represents the best value to the Government and award will be made to that offeror. E. If the lowest priced offeror, by TEP, does not meet the technical acceptability metrics, the next lowest priced, reasonably priced and responsible offeror will be evaluated and the process will continue, in order by TEP, until an offeror is judged to be technically acceptable or until all offers are evaluated. The CO shall then make an integrated assessment best value award decision unless it is in the Government's best interest to conduct discussions. F. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. If the Government elects to hold discussions, a competitive range will be established based on FAR 15.306(c) procedures and the solicitation. The Government reserves the right to further limit the number of quotations in the competitive range to the greatest number that will permit an efficient competition among the most highly rated quotations. If the CO determines that an offeror's quotation should no longer be included in the competitive range, the quotation will be eliminated from consideration for award. Written notice of this decision shall be provided to unsuccessful offerors in accordance with FAR 15.503. Offerors excluded or otherwise eliminated from the competitive range may request a debriefing in accordance with FAR 15.505 or 15.506. G. After conclusion of discussions and receipt of final quotation revisions, the Government will rank all offers by TEP. If the lowest priced offeror is determined technically acceptable with a reasonable price, is determined responsible is accordance with FAR 9.104 evaluations will stop without consideration of any other offers, as this represents the best value to the Government and award will be made to that offeror. If the lowest priced offeror, by TEP, does not meet the technical acceptability metrics, the next lowest priced, reasonably priced and responsible offeror will be evaluated and the process will continue, in order by TEP, until an offeror is judged to be technically acceptable or until all offers are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. H. Offerors shall submit sufficient information and in the format specified in the Quotation Preparation Instructions. Offerors may be asked to clarify certain aspects of their quotation. Exchanges conducted with regard to resolving minor or clerical errors, will not constitute discussions, and the CO reserves the right to award a contract without the opportunity for quotation revision. (End of provision) 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 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, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC 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. **Before contacting the Ombudsman please contact the Contract Administrators via email, A1C Yeshua Farfan at: yeshua.farfan@us.af.mil and Mr. Cameron Collins at: cameron.collins.2@us.af.mil** Attachment: 1. Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z00C7235AW01 /listing.html)
- Place of Performance
- Address: McConnell AFB, Wichita, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN04742266-W 20171118/171116231043-1c14a769d34bfadd8fcdbf963aad390d (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 |