Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

G -- Catholic Religious Education (RE) Coordinator

Notice Date
12/13/2019 9:23:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699 USA
 
ZIP Code
31699
 
Solicitation Number
FA483019QS021
 
Response Due
1/3/2020 9:00:00 AM
 
Archive Date
01/18/2020
 
Point of Contact
Shaunta M. Johnson, Phone: 2292571502, Mary Twitty, Phone: 2292574722
 
E-Mail Address
shaunta.johnson@us.af.mil, mary.twitty@us.af.mil
(shaunta.johnson@us.af.mil, mary.twitty@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation No: FA4830-19-Q-S021Title: Requirement: Catholic Religious Education (RE) CoordinatorAMENDMENT 00002 (13 December 2019) - The following changes have been incorporated: Response Time date changed from 13 December 2019 to 3 January 2020. Answers posted to FBO changed from no later than COB 5 Decemeber 2019 to no later than COB 19 December 2019.AMENDMENT 00001 (3 December 2019) - The following changes have been incorporated: Answers posted to FBO changed from no later than COB 3 December 2019 to no later than COB 5 December 2019.This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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.The solicitation number for this procurement is FA4830-19-Q-S021 and it is issued as a Request for Quotation (RFQ).All References to "offer" or "offerer" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-06, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2018-0525. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 813110. The small business size standard is $8 million. The Government intends to award a single contract from this solicitation. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).Note: FAR 52.222-17 Non-displacement of Qualified Workers applies. Quoter's may contact the primary or additional points of contacts listed for this acquisition for contract information of current employees. Quoter's will have access to employee information of only those employees who have consented to release this information.Description: The purpose of this RFQ is to solicit for one (1) Catholic Religious Education (RE) Coordinator for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS).FOB Point: Destination (Moody AFB, GA.)Period of Performance:Base Year: 1 Mar 2020 through 28 Feb 2021Option Year 1: 1 Mar 2021 through 28 Feb 2022Option Year 2: 1 Mar 2022 through 28 Feb 2023Option Year 3: 1 Mar 2023 through 29 Feb 2024Option Year 4: 1 Mar 2024 through 28 Feb 2025All quoter's must be System for Award Management (SAM) registered and the on-line representation and certification in SAM must be completed. 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. Quoter's that reject the terms and conditions of the solicitation may be excluded from consideration.The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at a new Acquisition Regulations Website: https://www.acquisition.gov/content/regulations.PROVISIONS AND CLAUSES All Provisions and Clauses that will be input for this solicitation and contract will be listed in Attachment 2 - Provisions and Clauses.Response Time: Quotations will be accepted electronically no later than 12:00 P.M. EST on 3 Jan 2020. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below.The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition.Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of allSolicitation Amendments (if applicable). Quotations shall also include the following required documentation:1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quotersshall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231). Quoters rejecting the terms and conditions may be excluded fromconsideration.Note: Department of Labor (DOL) Wage Determination 2016-0093, revision 10, dated 07/16/2019, at Attachment 5, applies.2. Technical Capability: The contractor must submit the required documents as stated withinthe PWS IAW para. 1.5 Qualifications and Experience in order to demonstrate a clear andcapable ability to perform the work for this requirement. These documents must be submitted with thecontractor’s proposal.3. Past Performance: The contractor may submit no more than three (3) past performancereferences. References should be for services similar in scope to this requirement that haveoccurred in the last five years prior to the closing date of the solicitation. References for pastperformance shall include a point of contact, their phone number, email address, name of thecompany, contract number (if applicable), initial contract cost and period of performance.Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Past Performance Records.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 divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year.Technical: Evaluation of technical capability will look at the contractor’s submitted documentation to determine if the contractor is has a clear and capable ability to perform the work IAW the PWS.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.Site Visit: There is no site visit planned for this requirement.Questions and Answers: Should you have any questions about this requirement, please submit them no later than 12:00 PM EST 26 Nov 2019. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB on 19 Dec 2019.Primary Point of Contact: Shaunta Johnson----Email: shaunta.johnson@us.af.mil, Phone: 229-257-1502Alternate Point of Contact: Mary Twitty----Email: mary.twitty.1@us.af.mil, Phone: 229-257-4722Alternate Point of Contact: 23 CONS/Services Flight Organization Email-Box,----Email: 23CONS.LGCB@us.af.milATTACHMENTS: Attachment 1 - Performance Work Statement (PWS)Attachment 2 - Provisions and ClausesAttachment 3 - Pricing ScheduleAttachment 4 - Contractor Financial InformationAttachment 5 - Wage Determination 2016-0093, Rev 10, dated 16 July 2019
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f27b09620ea4dac94716e907352a021/view)
 
Place of Performance
Address: GA-02, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN05516247-F 20191215/191213230256 (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.