Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

R -- Chapel Services for Joint Base Charleston, SC

Notice Date
8/21/2020 12:18:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-20-Q0024
 
Response Due
8/28/2020 1:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Anthony Lawston, Phone: 8439635163, Melissa D Adams, Phone: 8439635157
 
E-Mail Address
anthony.lawston.1@us.af.mil, melissa.adams.21@us.af.mil
(anthony.lawston.1@us.af.mil, melissa.adams.21@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS: 628th Chapel Services �(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-20-Q0024�and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, Effective 07 July 2020. (iv) This acquisition is 100% small business set-aside. The associated NAICS code is 561320 � Temporary Help Services with a size standard of $30 Million. (v) The contractor shall provide religious services IAW the PWS. (vi) The contractor shall provide religious services IAW the PWS as follows: 1) One (1) Catholic Religious Education Coordinator 2) One (1) each, Catholic and Protestant Musician Program Director(s) 3) One (1) Rabi 4) One (1) IMAM (vii) Services shall be FOB destination. Services shall be provided at Joint Base Charleston, SC.� IMAM and Rabi Services are provided at the NAVCON Brig, Naval Weapons Station, Goose Creek, SC.� Music Directors, (1) each, provided at Joint Base Charleston, Naval Weapons Station and Air Base.� Catholic Religious Education Coordinator provided at Joint Base Charleston, Air Base. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/content/regulations) FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS ADDENDUM: Quotes shall include the following: Pricing: Offers shall complete the attached Pricing Worksheet (RFQ).� The extended amount for each Line Item must equal the unit price multiplied by the number of units.� It is imperative the mathematical calculations are correct.� Numeric rounding shall be limited to two decimal places.� The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirements on the Pricing Worksheet.� 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). Past Performance Information: The government will evaluate the quality and extent of offeror�s performance deemed relevant to the requirements of this solicitation.� The government will use information submitted by the offeror and other sources such as other Federal Government offices, state and municipal offices, and commercial sources, to assess performance.� Provide a list of no more than three (3) references, for the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years from the date of issue of this Combined Synopsis/Solicitation.� Relevant contracts include those with work similar in size and scope to the services described in the Performance Work Statement, to include experience in Supervision of personnel, providing equipment, materials and supplies, necessary to perform all of the Chapel Services in accordance with the Performance Work Statement.� The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.� Furnish the following information for each contract listed: (i)�� Company (ii)� Service- Relevant to this acquisition (iii) Contracting Agency/Customer (iv)� Contract Number (v)� Contract Dollar Value (Specify Annual or Total Value) (vi)� Period of Performance (vii) Verified, up-to-date name, email address, telephone number of the �������� Contracting officer or contracting officer�s representative. (viii) Comments regarding compliance with contract terms and conditions (ix) FAR 52.212-2, Evaluation � Commercial Items 52.212-2 EVALUATION--COMMERCIAL ITEMS ADDENDUM The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Trade off Factors: (1)� PAST PERFORMANCE (2)� PRICE This is a competitive RFQ solicited under FAR Part 13.5, in which competing offeror�s price and past performance will be evaluated where Past Performance is Satisfactory or Better when compared to price.� The evaluation process shall proceed as follows: Price- Initially the RFQ�s will be ranked according to Total Evaluated Price (TEP) as identified in the Pricing Worksheet (RFQ). The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement.� The Government may determine than an offer is unacceptable if the option prices are significantly unbalanced.� Evaluation of options shall not obligate the Government to exercise the option(s). The offeror�s price quotation will be evaluated, using one or more of the procedures and techniques defined in FAR 13.106-2 and FAR 13.106-3, in order to determine price reasonableness.� For a price to be reasonable, it must represent a price that a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is established through competitive quotation as described in FAR 13.106-3. **The Total Evaluated Price (TEP) IAW 52.217-8 (Option to Extend Services) will be evaluated for TEP only; the exercise of the 6-month extension is for evaluation purposes only and shall be used in the event the Government, for unforeseen circumstances, is not able to award a follow-on contract. Past Performance- Next, the past performance of the lowest price offeror will be evaluated.� If the past performance evaluation of the lowest prices offeror results in a Past Performance rating of �Satisfactory Confidence,� the past performance evaluation of the other offerors will be suspended and the lowest priced offeror will be determined to be the �best value.� If a �Satisfactory Confidence� rating is not achieved, then the next lowest offeror will be evaluated.� The process will continue until an offer is rated to have �Satisfactory Confidence� past performance or all reasonable priced quotations are evaluated. Past Performance questionnaires are to be completed by the references provided by the offeror.� (The contractor is responsible for ensuring all questionnaire responses are received by the government via email before the quotation due date) The Government will not evaluate late past performance questionnaires. -Recent past performance information includes contracts performed and/or being performed for any customer within the last three (3) years from the issuance date of the solicitation. The assessment process will result in an overall performance confidence assessment rating of Satisfactory Confidence, Neutral Confidence, Limited Confidence or No Confidence as defined below.� The purpose of the past performance evaluation is to allow the government to assess the offeror�s probability of meeting the requirements based on the offeror�s demonstrated past performance. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror�s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating �Neutral Confidence� meaning the rating is treated neither favorably nor unfavorably. Past performance relevancy will be defined as contracts for Performing �Chapel Services� or similar services as defined in the PWS. Past Performance relevancy will be scored as follows: Adjectival Rating- Relevancy Description Relevant Past Performance is similar in scope and complexity to the requirement of this RFQ Not Relevant Past Performance is not similar in scope and complexity to the requirement of this RFQ. Confidence levels are defined as follows: Adjectival Rating Description Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No 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. D.� In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. E.� If the lowest priced evaluated offer is judged to have a �Satisfactory Confidence� performance assessment, then that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. F.� If the lowest priced offeror is not judged to have a �Satisfactory Confidence� performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a �Satisfactory Confidence� performance assessment or until all offerors are evaluated.� The Contracting Officer shall then make an integrated best value award decision. G. Offerors are cautioned to submit sufficient information and in the format specified in the preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their quote or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond.��� Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision. (End of Provision) H. Responsible Prospective Contractor IAW FAR Subpart 9.1- Financial Responsibility: Please provide the names, addresses, and points of contract for all the financial institution organizations utilized to determine adequate financial resources to perform the contract or ability to obtain them to include written authority to contract and provide financial institution.� (x) �����FAR 52.212-3, Offeror Representation and Certifications � Commercial Item, All offerors shall include a completed copy of FAR 52.212-3 or complete electronic annual representation and certifications through the System for Award Management site at http://www.sam.gov.� (xi) FAR 52.212-4, Contract Terms and Conditions � Commercial Items, 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 (May 2015), applies to this acquisition.�� (xiii)� The following clauses are applicable to this procurement: FAR 52.217-9 Option to Extend the Term of the Contract As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 (months). (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) Employee Class�������������������������������� ����������� Monetary Fringe Benefits 15060 Educational Technologist����������������� GS-09 $21.94 + 36% Fringe Benefits In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination FAR 52.252-1 Solicitation Provisions Incorporated by Reference As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/. (End of provision) FAR 52.252-2 Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/. (End of clause) DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) Use the following provision in all solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items, unless the solicitation is� (a) Jointly determined by the Secretary of Defense and the Secretary of State to be� (1) Necessary for purposes of� (i)�� Providing humanitarian assistance to the people of Venezuela; (ii)� Disaster relief and other urgent lifesaving measures; or (iii)������������ Carrying out noncombatant evacuations; or (2) Vital to the national security interests of the United States; or (b) Related to the operation and maintenance of the United States Government�s consular offices and diplomatic posts in Venezuela. Representation Regarding Business Operations with The Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) (a)� Definitions. As used in this provision� �Agency or instrumentality of the government of Venezuela� means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to �a foreign state� deemed to be a reference to �Venezuela.� �Business operations� means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. �Government of Venezuela� means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. �Person� means� (1)� A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2)� Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3)� Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. (b)� Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c)� Representation. By submission of its offer, the Offeror represents that the Offeror� (1)� Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or (2)� Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury.�� (End of provision) AFFARS 5352.201-9101 Ombudsman� As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (OCT 2019)� (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, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 6225-5022, (618) 299-0267, Fax (618)� 256-5724, email Susam.madison@us.af.mil. �Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (End of clause) FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.217-5 Evaluation of Options FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards and current Wage Determination #2015-4427 (Rev. 14) Dated June 3, 2020. FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combat Trafficking in Persons FAR 52.232-11 Extras FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.253-1 Computer Generated Forms DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award. DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.223-9001 Health and Safety on Government Installations� AFFARS 5352.242-9000 Contractor Access to Air Force Installations� Defense Priorities and Allocations System (DPAS): N/A Responses to this combined synopsis/solicitation must be received via email at anthony.lawston.1@us.af.mil, by 28 August, 2020, no later than 4:00 PM EST. Requests should be marked with solicitation number FA4418-20-Q0024. (xvi) Address questions to Anthony Lawston, Contract Specialist, at (843) 963-5163, email anthony.lawston.1@us.af.mil or Melissa Adams, Contracting Officer, at (843) 963-5157, email melissa.adams.21@us.af.mil �� For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar.� Direct link: http://airforcesmallbiz.org/opportunities/index.php. Also see http://www.sba.gov Attachments: 1)�������� Request for Quote 2)�������� Performance Work Statement 3)�������� Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b176c1c8a33f4d35bb47f4754e75ce7c/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05769000-F 20200823/200821230203 (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.