SOLICITATION NOTICE
G -- Mortuary Affairs Blanket Purchase Agreement
- Notice Date
- 9/20/2022 1:32:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812210
— Funeral Homes and Funeral Services
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461322Q1036
- Response Due
- 9/28/2022 11:00:00 AM
- Archive Date
- 10/13/2022
- Point of Contact
- Lt Elizabeth Caballero, Phone: 3077732515, Trisha M. Lamarr, Phone: 3077733215
- E-Mail Address
-
elizabeth.caballero@us.af.mil, trisha.lamarr@us.af.mil
(elizabeth.caballero@us.af.mil, trisha.lamarr@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Solicitation Number: FA461322Q1036 Purchase Description: �Mortuary Affair Blanket Purchase Agreement This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM web-site as a Total Small Business Set-Aside The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1036, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 812210, with a small business standard of 11 million. The Government intends to award a Blanket Purchase Agreement (BPA) to a single contractor. Then Government only intends to award one BPA. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-07 effective 10-Aug-22, Defense Federal Acquisition Regulation Supplement effective 26-Aug-22 and Air Force Federal Acquisition Regulation Supplement AFAC 01-Jul-22 effective 01-Jul-22. DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination. The 90th Contracting Squadron is acquiring mortuary services for the embalming, restoration, other preparation, care, and disposition of remains of authorized personnel. The contractor shall provide licensed facilities, equipment, licensed funeral service practitioners, motor vehicles, professional services, supplies, death certificates, caskets, urns, outer shipping containers, transportation and perform hygienic practices as specified in Attachment 1 - Performance Work Statement (PWS). The contractor must be within a 30-mile radius of 82005 � F. E. Warren Air Force Base, WY. Contractor must comply with all existing federal, state, territory, and local licensing requirements and regulatory standards applicable in the area of performance of this contract. Contractor must submit a price list for all services provided in Attachment 1 - PWS PLACE OF SERVICE:� F. E. Warren AFB, WY PERIOD OF PERFORMANCE: 5- Year Blanket Purchase Agreement (BPA) Government-Wide Commercial Purchase Card (GPC): The method of payment for this requirement will be the Government-Wide Commercial Purchase Card (GPC). Federal Acquisition Regulation (FAR) 13.301(a) states in part that the GPC card is authorized for use in making and/or paying for purchases of supplies and services. FAR 13.001 defines the Government-wide commercial purchase card as similar in nature to a commercial credit card, issued to authorized agency personnel to use to acquire and to pay for supplies and services. Questions MUST be submitted by Thursday, 22 September 22 by 2pm (Mountain Standard/Daylight Time).� All questions must be submitted by email to elizabeth.caballero@us.af.mil and trisha.lamar@us.af.mil � Responses/quotes MUST be received no later than Wednesday, September 28, 2022; 2pm (Mountain Standard/Daylight Time). Forward responses by e-mail to elizabeth.caballero@us.af.mil and trisha.lamarr@us.af.mil ATTACHMENTS: Attachment 1 � Performance Work Statement Attachment 2 � Clauses and Provisions Attachment 3 � Wage Determination FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) ��(b)�Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as email. As a minimum, offers must show� �����������(1)The solicitation number; �����������(2)The time specified in the solicitation for receipt of offers; �����������(3)The name, address, and telephone number of the offeror; �����������(4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; �����������(5)Terms of any express warranty; �����������(6)Price and any discount terms; �����������(7)""Remit to"" address, if different than mailing address; �����������(8)A completed copy of the representations and certifications at FAR�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); �����������(9)Acknowledgment of Solicitation Amendments; (Addendum) Additional Instructions to Offerors--Commercial Items (m) (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3)� The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively.� Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4)� The Government will consider all quotes that are timely received and may consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5)� Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1) Cage code or DUNS number of the offeror (2) Technical Submission Requirements � The offeror must provide a price list that addresses all services listed in Attachment 1 - Performance Work Statement (PWS). The offeror must provide a statement of understanding of the PWS. 52.212-2�Evaluation-Commercial Items. As prescribed in�12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation - Commercial Products and Commercial Services�(Nov 2021) ������(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: Technical Capability:� Must be within the 30-mile radius of 82005 � F. E. Warren Air Force Base, WY and able to provide all the requested services stated in Attachment 1 � PWS.� Offeror must provide statement of understanding of Attachment 1 � PWS.. Price:� Lowest Price Technically Acceptable.� No additional information from the offeror will be required if the price is based on adequate price competition.� In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Period of Performance:� Five years Following information must be provided with quote: Small Business Status/Categories as appropriate Company point of contact with email and phone number GAGE Code Period of Performance ������(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) AFFARS Clauses Incorporated by Full Text 5352.201-9101�Ombudsman 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, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@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) 5352.223-9001�Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000�Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (�OCT 2019�) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with�citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94fb79973e6d4dcb904aa648bbcb60d7/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN06472020-F 20220922/220920230120 (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 |