Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

U -- Aerobic Fitness Classes

Notice Date
12/9/2019 3:43:14 PM
 
Notice Type
Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
FA4626 341 CONS LGC MALMSTROM AFB MT 59402 USA
 
ZIP Code
59402
 
Solicitation Number
FA4626-20-Q-0004
 
Response Due
12/19/2019 1:00:00 PM
 
Archive Date
01/03/2020
 
Point of Contact
Henry Camp, Phone: 4237628854, Dennis D. DeForest, Contract Specialist, Phone: 4067314647
 
E-Mail Address
henry.camp@us.af.mil, dennis.deforest.2@us.af.mil
(henry.camp@us.af.mil, dennis.deforest.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MALMSTROM AFB, MT Aerobics(i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-20-Q-0004.(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01.(iv) This procurement is being solicited as full and open competition after the exclusion of sources- Total Small Business Set Aside. The North American Industry Classification System (NAICS) code is 611620 with a small business size standard of $8.0M. (v) Requirement: When submitting your quotation, please structure your Contract Line Item Numbers (CLINs) to the following format:CLINItemQuantityUnit of Measure0001Aerobics Classes364Each(vi) Please refer to the attached Statement of Work for all requirements. (vii) Delivery: 365 days (ADC)(viii) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Items (Oct 2018), applies to this acquisition. FAR 52.212-1 Addenda:A. Offerors’ quotation shall conform to the required Statement of Work as attached to this solicitation. Any offeror not conforming to the required Statement of Work shall be deemed non-responsive and therefore ineligible for award.B. Offerors’ shall submit: Volume I - Price Volume II - Past Performance Worksheet Please note, requests for such information does not constitute a contract award. C. For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. D. Prospective offerors shall be registered in the System for Award Management (SAM) database when submitting an offer or quotation, and shall continue to be registered until time of award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchasing agreement resulting from this solicitation. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Notice: Effective 11 June 2018, entities registering in SAM (and those renewing expired registrations) will be required to submit a notarized letter appointing their authorized Entity Administrator. Information regarding this requirement can be found at the following link: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. E. The specific Ombudsman information for this acquisition is: if resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICA/KG, COLONEL TOMMY M. GATES III, 66 Kennedy Avenue, Suite 233, Barksdale AFB, LA 71110, phone number (318) 456-6336, email address ig.afica_kg.workflow@usaf.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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.F. Notice to Offerors/Suppliers: 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.Your quotation must remain valid through 31 December 2019. The expiration date of your quotation must be clearly marked. (ix) The provision at FAR 52.212-2, Evaluation—Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included below: Price; and Past PerformanceFAR 52.212-2 Addenda: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, in accordance with FAR 12.602(c).B. In order to be eligible for award, offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and evaluation factor requirements; and be deemed responsible in accordance with FAR Part 9. If an offeror fails to meet all solicitation requirements, the Government may not make an award to that offeror.B. Two evaluation factors will be used to evaluate quotations: Past Performance and Price, wherein past performance will be evaluated on a basis significantly more important than price. This may result in an award to a higher past performance rating, higher priced Offeror where the decision is consistent with the evaluation criteria herein and constitutes best-value to the Government.C. Evaluations shall be conducted as follows:Step 1: Evaluate all quotations for responsiveness.Step 2: Sort all responsive quotations based upon offeror’s Price lowest to highest.Step 3: Evaluate lowest price offeror’s past performance. If past performance is evaluated at a “Satisfactory,” evaluation is complete. If the lowest priced offeror’s past performance is not “Satisfactory,” evaluate the next lowest priced offeror’s past performance. Continue evaluating next lowest priced offeror’s past performance until an offeror is rated “Satisfactory” or until all offerors are evaluated.Step 4: Make a Best-Value decision based on performance evaluation and a determination that the price is fair and reasonable.Factor 1: Performance The Government will review Attachment 2 Past Performance Worksheet on recency and relevancy. Each offeror will receive an integrated overall performance rating. Performance will be evaluated as a measure of the offeror’s ability to successfully perform based on previous and current contract efforts. Verification of performance information will be handled by any means available. In the event the 341st Contracting Squadron is unable to verify data submitted within Attachment 2 with the listed Contract Point of Contact, the Offeror will receive a performance rating of neutral for that reference as neither favorable nor unfavorable. In the event complete, acceptable offerors are unable to provide three (3) references, the missing references will be rated neutral as neither favorable nor unfavorable. For the purpose of this evaluation, “recent” is defined as performance occurring within the last three (3) years from the date of release of this COMBO. The following relevancy definitions apply to each citation reviewed: RatingDefinitionAcceptablePerformance effort involved successful recruitment and placement of Aerobics Instructors with similar magnitude of effort and complexities as this COMBO requires.UnacceptablePerformance effort did not involve successful recruitment and placement of Aerobics Instructor with similar magnitude of effort and complexities as this COMBO requires.*Any reference that receives an “unacceptable” rating for relevancy will not be further evaluated. The Government may use performance information submitted by the offerors’ references, other sources such as other federal government offices, Past Performance Information Retrieval System (PPIRS)/Contractor Performance Assessment Reports (CPARS), and private, commercial sources, or any combination thereof. The Government is not bound by the offeror’s opinion of relevancy. Relevancy is defined above. More relevant performance will be a stronger predictor of future success and have more influence on the performance assessment than performance of lesser relevance. The Government will evaluate/assess required performance information, positive and negative. Offerors will be offered the opportunity to respond to negative performance reports if they had not had the opportunity to do so previously. Each offeror will be assessed a Performance Assessment Rating for each reference and overall, which is described below taking into account the recency, relevancy, and quality of each citation reviewed:PERFORMANCE ASSESSMENTSRatingDescriptionExceptionalThe Contractor’s performance meets requirements and exceeds many (requirements) to the Government’s benefit. The contractual performance may have been accomplished with few minor problems.Very GoodThe Contractor’s performance meets requirements and exceeds some (requirements) to the Government’s benefit. The contractual performance may have been accomplished with some minor problems.SatisfactoryThe Contractor’s performance meets requirements. The contractual performance contained some minor problems. MarginalPerformance does not meet some requirements. The contractual performance may reflects a serious problem.UnsatisfactoryPerformance does not meet most requirements and recovery is not likely in a timely manner.NeutralUnable to assess or validate the reference.Factor 2: Price Price evaluation will document the fairness and reasonableness. The offeror’s proposed price will be determined by multiplying the quantity identified in section “v” by the proposed unit price. Price Reasonableness. The techniques and procedures described under FAR 13.106-3(a) will be the primary mean of assessing fair and reasonableness. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2019), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Oct 2019), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee ClassMonetary WageFringe BenefitsRecreation Specialist GS-28515-7$20.15$7.3052.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (End of Clause) (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-7 System for Award Management (Oct 2018)52.204-13 System for Award Management Maintenance (Oct 2018)52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013)252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018)252.225-7001 Buy American and Balance of Payments Program - Basic (Dec 2017)252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)252.225-7048 Export-Control Items (Jun 2013)252.232-7003 Electronic Submission of Payment Requests (Dec 2018)252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing on Contract Modifications (Dec 1991)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992)252.247-7023 Transportation of Supplies by Sea—Basic (Apr 2014)5352.201-9101 Ombudsman (Jun 2016)5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019)5352.223-9001 Health and Safety on Government Installations (Oct 2019)5352.242-9001 Common Access Cards (CAC) For Contractor Personnel (Oct 2019) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable.(xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Thursday, 19 December 2019. Quote must be emailed to 2LT Henry Camp at email: henry.camp@us.af.mil or faxed to commercial: 406-731-3748 to the attention of: 2LT Henry Camp. Please follow-up quote submission with an email/call to ensure receipt. Any and all questions for this requirement will be due to the Contracting Squadron no later than (NLT) 2:00 PM MST on Thursday, 12 December 2019.(xvi) Direct your questions to 2LT Henry Camp at commercial: (406) 731-4166 or e-mail: henry.camp@us.af.mil or Mr. Denise Deforest at commercial: (406) 731-4647 or e-mail dennis.deforest.2@us.af.mil(xvii) Wage Determination The Department of Labor Wage Determination Number 15-5391, (Rev. -8), dated 07/25/2019, is incorporated by reference. The full text can be accessed electronically at: http://www.wdol.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e671dfc485aa4681be14bc03df76b18a/view)
 
Place of Performance
Address: 32800, MT 59405, USA
Zip Code: 59405
Country: USA
 
Record
SN05511952-F 20191211/191209230248 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.