Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

U -- STARBASE Academy Services for PAFB, FL

Notice Date
12/12/2019 12:28:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
923110 — Administration of Education Programs
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA252120QB006
 
Response Due
1/8/2020 9:00:00 AM
 
Archive Date
01/23/2020
 
Point of Contact
Jose L. Plasencia, Phone: 3214944394, Jason Pominski, Phone: 3214946292
 
E-Mail Address
jose.plasencia.2@us.af.mil, jason.pominski@us.af.mil
(jose.plasencia.2@us.af.mil, jason.pominski@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.The solicitation number FA2521-20-Q-B006 shall be used to reference any written quote provided under this request for quote.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01; Effective 12 Nov 19.This is solicitation is open to NON-PROFIT organizations only.The North American Industry Classification System (NAICS) code for this project is 923110.DESCRIPTON OF REQUIREMENT: Services, Commercial, Non-Personal. Contractor to provide all labor necessary to provide the services and expertise necessary for the administration, operation, and management of the Department of Defense (DoD) STARBASE Academy Program at Patrick AFB, Florida. All work shall be performed in accordance with the Performance Work Statement (PWS). PERIOD OF PERFORMANCE: Performance period for this contract is an anticipated start date of 03 Feb 20 to 02 Feb 21, with four option years to follow plus an additional optional six months extension of services.PLACE OF PERFORMANCE: Shark Center (located in Satellite Beach), Patrick AFB, FL.BID SCHEDULE. The bid schedule is as follows:Item Description _______Qty Unit Unit Price Total Amount0001 STARBASE Academy Services (Base Yr) 12 Mo.1001 STARBASE Academy Services (Opt Yr 1) 12 Mo.1002 STARBASE 2.0 Services (Opt Yr 1) 12 Mo.2001 STARBASE Academy Services (Opt Yr 2) 12 Mo.2002 STARBASE 2.0 Services (Opt Yr 2) 12 Mo.3001 STARBASE Academy Services (Opt Yr 3) 12 Mo.3002 STARBASE 2.0 Services (Opt Yr 3) 12 Mo.4001 STARBASE Academy Services (Opt Yr 4) 12 Mo.4002 STARBASE 2.0 Services (Opt Yr 4) 12 Mo.5001 STARBASE Academy (6 Mos. Extension) 6 Mo.5002 STARBASE 2.0 (6 Mos. Extension) 6 Mo.Reference the attached PWS for additional details and requirements.INSTRUCTIONS TO OFFERORS/VENDORS.FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 18) applies to this acquisition and the following addendum applies:The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”, and “quote”.Paragraph (a) first sentence revised as follows: “The NAICS code and small business size standard for this acquisition appear above.”Paragraph (c) first sentence revised as follows: “The offeror agrees to hold the prices in its offer firm until Friday, 31 Jan 20.”QUOTE(S) DUE DATE/TIME: 12:00 PM EST on Wednesday 08 Jan 20 EMAIL QUOTE(S) TO: jason.pominski@us.af.mil, robert.beaudry@us.af.mil, and jose.plasencia.2@us.af.mil. ALL QUOTES MUST BE SENT TO THE EMAIL ADDRESSES AS STATED ABOVE. STRICT ADHERENCE TO THE INSTRUCTIONS IN THIS NOTICE ARE REQUIRED OTHERWISE YOUR SUBMISSION CAN AND WILL BE CONSIDERED NONRESPONSIVE.Note: .Zip files are not an acceptable format for the Air Force Network and will not go through our email system.SITE VISITIf interested in a site visit, please email Jason Pominski at Jason.Pominski@us.af.mil and Robert Beaudry at robert.beaudry@us.af.mil to make arrangements.QUESTIONS: All questions regarding this solicitation shall be emailed to the POC identified above by 3:00 PM EST on Friday, 20 Dec 19.Quotes should be broken down into four separate volumes:1. Volume I (Administrative) - Cover Letter (if so desired), Representations & Certifications (if current and complete in SAM, state so accordingly), Tax Identification Number (TIN), CAGE Code and DUNS Number, Organizational Conflict of Interest Form, and completed FAR Clauses/Provisions as outlined in this solicitation.2. Volume II (Past Performance) - No page limit. Submit evidence of successful past performance including point of contact information (e.g. customer surveys, past performance questionnaire (Atch 4) replies, Contractor Performance Reporting System (CPARS) printouts, etc.) for up to 3 prior contracts/orders for similar work performed within the past 3 years. If no previous past performance information for similar work is available, state so accordingly.3. Volume III (Technical) - Not to exceed 30 pages. Submit a narrative detailing a plan or approach to meet the Government’s stated requirements. This narrative shall address all requirements identified in the PWS and demonstrate a thorough understanding of the work to be performed and include the following two (2) elements:a. Phase-In Plan: Submit a phase-in plan that complies with the PWS and demonstrates the contractor’s approach for providing the resources necessary to ensure and maintain service quality levels and staffing levels as specified in the PWS. Provide startup methodology in logical sequence to ensure a smooth initial startup of the program; a timeline for completion; and identify any associated risks, issues and risk mitigation strategies. b. Staffing Plan: Submit a staffing plan that complies with the PWS and demonstrates the contractor’s approach for recruitment, training and placement to meet contract requirements, including key personnel. Provide methodology to manage and minimize impact of unexpected turnover (such as promotions, employees leaving the company, extended illnesses, or military duty, etc.) on contract performance; and ensure personnel coverage during absences (sick and personal leave of employees).4. Volume IV (Price) - Price should be broken down per month per CLIN, including option CLIN pricing, also include annual pricing for the base year, four follow-on option year CLINs, additional six month extension of services CLINs, and an overall total contract price.EVALUATION CRITERIA/BASIS FOR AWARD.FAR provision 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable:(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:(i) Past Performance - Past performance shall be rated based on an offeror’s record of recent and relevant past performance. Information being reviewed can include: up to 3 offeror-submitted records of past performance (Atch 4); information found in the Governmentwide Past Performance Information Retrieval System (PPIRS); Contracting Officer’s knowledge of and previous experience with the service being acquired; and, any other reasonable source of information. Lack of past performance will be treated neither favorably nor unfavorably. A record of unsuccessful or unsatisfactory performance may render a past performance confidence rating of either Limited or No Confidence. Past performance ratings are as follows:Adjectival RatingDescriptionSubstantial ConfidenceBased on the offeror’s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.Satisfactory ConfidenceBased on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.Neutral ConfidenceNo recent/relevant performance record is available or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.Limited Confidence Based on the offeror’s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.No Confidence Based on the offeror’s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.(ii) Technical - Technical shall be rated as acceptable or unacceptable. Technical acceptability will be established based on if the proposed narrative or plans satisfy the Government’s minimum requirements as identified in the PWS.(iii) Price - Price shall be broken down monthly per CLIN, including all options, totals per year and an overall contract price.BASIS FOR CONTRACT AWARDAfter preliminary consideration of all proposals to determine responsiveness and responsibility, quotes will be evaluated from lowest to highest price before reviewing technical acceptability and then, if found technically acceptable, assessing past performance. If the lowest-priced quote is found technically acceptable and is rated Substantial Confidence for past performance, award will then be made to that offeror and no other quotes will be evaluated for technical acceptability or past performance. If not, the next lowest will be evaluated in turn for technical acceptability and then past performance, so on until an offeror is found to be technically acceptable with a Substantial Confidence past performance rating. If after review of all quotes, no offeror is found to be rated both technically acceptable and Substantial Confidence for past performance, the government reserves the right to award to the lowest-priced quote found technically acceptable with a Satisfactory Confidence past performance rating or cancel the solicitation in its entirety. At no point will award be made to an offeror with a Limited or No Confidence past performance rating.The government intends to award without discussions, but reserves the right to seek clarification on information submitted or hold discussions, if in the government’s best interest.(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)FAR provision 52.204-7 - System for Award Management (Oct 2018) applies to this acquisition:All companies must be registered in the System for Award Management at https://www.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award.FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 18), with its Alternate I (Oct 14), applies to this acquisition. Offerors should complete and the online Representations and Certifications available through SAM.gov.FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 18), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.Note: The vendor acknowledges that should the quote or proposal’s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019), applies to this acquisition.Additionally, the following FAR clauses cited in 52.212-5 are applicable and must flow down to any subcontracting opportunity in regards to this contract:52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95)52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18)52.222-17 Nondisplacement of Qualified Workers (May 14)52.222-21 Prohibition of Segregated Facilities (Apr 15)52.222-26 Equal Opportunity (Sep 16)52.222-36 Affirmative Action for Workers with Disabilities (Jul 14)52.222-50 Combating Trafficking in Persons (Jan 19)52.222-55 Minimum Wages under Executive Order 13658 (Dec 15)52.222-62 Paid Sick Leave under Executive Order 13706 (Jan 2017) (E.O. 13706)52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (May 14)The following clauses and provisions are also applicable to this requirement:52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 18)52.204-14 Service Contract Reporting Requirements (Oct 16)52.204-19 Incorporation by Reference of Representations and Certifications (Dec 14)52.204-20 Predecessor of Offeror (Jul 16)52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16)52.204-22 Alternative Line Item Proposal (Jan 17)52.209-2 Prohibition on Contracting with Inverted Domestic Corporation-Representation (Nov 15)52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 19)52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16)52.222-3 Convict Labor (June 03)52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16)52.222-22 Previous Contracts and Compliance Reports (Feb 99)52.222-25 Affirmative Action Compliance (Apr 84)52.222-35 Equal Opportunity for Veterans (Oct 15)52.222-37 Employment Reports on Veterans (Feb 16)52.222-41 Service Contract Labor Standards (Ag 18)52.222-42 Statement of Equivalent Rates for Federal Hires (May 14)52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (May 14)52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (May 14)52.222-54 Employment Eligibility Verification (Oct 15)52.223-5 Pollution Prevention & Right-To-Know Information (May 11)52.223-6 Drug-Free Workplace (May 01)52.223-13 Acquisition of EPEAT® - Registered Imaging Equipment (Jun 14) (E.O.s 13423 and 13514)52.223-14 Acquisition for EPEAT® - Registered Television (Jun 14) (E.O.s 13423 and 13514)52.223-16 Acquisition of EPEAT - Registered Personal Computer Products (Oct 15)52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11)52.223-22 Public Discourse of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 16)52.224-1 Privacy Act Notification (Apr 84)52.224-3 Privacy Training (Jan 2017)52.225-13 Restriction on Certain Foreign Purchases (Jun 08)52.225-25* Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (Aug 18)52.225-29 Terms for Financing of Purchases of Commercial Items (Feb 02)52.232-33 Payment by Electronic Funds Transfer— System for Award Management (Jul 13) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 13)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13)52.223-22 Public Discourse of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 16)52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02)52.233-1 Disputes (May 2014)52.233-3 Protest after Award (Aug 96)52.233-4 Applicable Law for Breach of Contract Claim (Oct 04)52.237-1 Site Visit (Apr 1984)52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)52.239-1 Privacy or Security Safeguards (Aug 96)FAR Clauses:52.203-3 Gratuities (Apr 84)52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)52.204-13 System of Award Management Maintenance (Oct 18)52.204-1652.204-1852.209-752.217-8 Option to Extend Services (Nov 99)52.217-9 Option to Extend the Term of the Contract (Mar 00)DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11)252.203-7005 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (Feb 2019)252.204-7008252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16)252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16)252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 91)252.215-7008 Only One Offer (Jul 19)252.215-7010252.225-7012 Preference for Certain Domestic Commodities (Dec 17)252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (Apr 19)252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 19)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12)252.232-7006 Wide Area Workflow Payment Instructions (May 13)252.232-7010 Levies on Contract Payments (Dec 06)252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13)252.243-7002252.244-7000 Subcontracts for Commercial items (Jun 13)252.247-7023 Transportation of Supplies by Sea (Apr 14)The following AFFARS clauses are applicable to this solicitation:5352.201-9101 Ombudsman (Oct 19) with the following fill-in: AFICA/OL-SPC Director or Deputy Director of Contracting, 150 Vandernberg St, Peterson AFB CO 80914 (P) 719-554-5300 (F) 719-554-5299, afica.ks.wf@us.af.mil5352.223-90015352.242-90005352.242-9001 Common Access Cards (CAC) for Contractor Personnel (Oct 19)(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:(1) Require logical access to Department of Defense computer networks and systems in either:(i) The unclassified environment; or(ii) The classified environment where authorized by governing security directives.(2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings.(b) Contractors and their personnel shall use the following procedures to obtain CACs:(1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved.(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)).(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.(d) During the performance period of the contract, the contractor shall:(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official;(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and(4) Report lost or stolen CACs in accordance with local policy/directives.(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.(f) Failure to comply with these requirements may result in withholding of final payment.(End of clause)The full text of these clauses and provisions may be assessed electronically at the website: www.acquisition.gov.Attachments: (5)Atch 1: Performance Work Statement - STARBASE Academy ServicesAtch 2: DoD Instruction (DoDI) 1025.7 STARBASE ProgramAtch 3: SCA Wage Determination No. 2015-4555 Rev 8.Atch 4: Past Performance QuestionnaireAtch 5: Questions & Answers TemplateAtch 6: Question & Answers Posted (12 Dec 2019)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30799a2c6b31425e9c2438eefa617e26/view)
 
Place of Performance
Address: FL-01, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05515244-F 20191214/191212230307 (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.