Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

R -- Discovery Center Manager - Statement of Work

Notice Date
9/11/2008
 
Notice Type
Statement of Work
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 27 SOCONS, 511 North Torch Blvd, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA485508Q0046
 
Point of Contact
Yolanda R Hutcheson,, Phone: 575-784-6869, Wauleah F Boilore,, Phone: 575-784-1349
 
E-Mail Address
yolanda.hutcheson@cannon.af.mil, fran.boilore@cannon.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812, and Air Force Acquisition Circular (AFAC) 2008-0605. 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 FA4855-08-Q-0046 and is a Request For Quotation (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is set-aside 100% for Small Business. The North American Industry Classification System (NAICS) is 561210 Discovery Center Manager. Small Business Size Standard is $30 million. Only one contract will be awarded. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. All items shall be delivered FOB DESTINATION to 110 E Sextant, Cannon AFB, NM 88103. This solicitation is for the procurement of: Discover Center Manager for the Airman & Family Readiness Center CLIN 0001: The contractor will assist the Airman and Family Readiness Center (A&FRC) staff in providing a full range of readiness services in the following areas: transition assistance, spouse employment, relocation, financial and family life information, and family readiness to authorized patrons who are seeking assistance in the Discovery Center at the A&FRC in accordance with Attachment 1, Performance Work Statement (PWS). Notice The State of New Mexico assesses a Gross Receipts tax for firms conducting business within the state. This tax is imposed on the basis of revenue derived from business operations within the state without regard to the location of the business entity. You are advised that any offer received will be presumed to include this cost of business and any request for adjustment of your price as a mistake in bid either before or after award of a contract will not be considered. The rate of the New Mexico Gross Receipts Tax may be obtained from the New Mexico Taxation and Revenue Office in Clovis, New Mexico by calling (575) 763-5515. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (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 the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. 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; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (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: ___________________________________________ ___________________________________________ ___________________________________________ [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (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. 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items Complete only paragraph (j) of this provision if the annular representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been compelted electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 52.212-4 (dev) Contract Terms and Conditions - Commercial Items 52.212-4(c) Addendum Contract Terms and Conditions -Commerical Items Paragraph (c) is tailored in accordance with 12.302(d)0 as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties, except for changes involving administrative changes such as changes in the paying office, appropriations data, or the exercise of options under the contract, which may be issued unilaterally by the Government. 52.212-5 (dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commerical Items 52.215-5 Facsimile Proposals 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts And Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For workers With Disabilities 52.222-41 Service Contract Act Of 1965, As Amended 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability Of Funds 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation 52.237-3 Continuity Of Services 52.246-1 Contractor Inspection Requirements 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses incorporated by Reference 52-252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.204-7000 Disclosure Of Information 252-204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.222-7006 Combating Trafficking in Persons 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 511 N Torch Blvd, Bldg 300, Cannon AFB, NM 88103-5109 NO LATER THAN 4:00 p.m. Mountain Time on 19 September 2008. Quotations may be faxed to 575-784-2959. Facsimile offers will be accepted. Point of Contact for this Solicitation is: Yolanda Hutcheson, 575-784-6869, Fax: 575-784-2959, e-mail yolanda.hutcheson@cannon.af.mil, or Fran Boilore, 575-784-1349, Fax: 575-784-2959, e-mail fran.boilore@cannon.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a6b6d63c02cdf117620973ce2d68994&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (SOW Feb 08.doc)
Link: https://www.fbo.gov//utils/view?id=a9283f472249a5f5e05890ddb02924e3
Bytes: 43.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 200 W Terminal, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN01667337-W 20080913/080911225411-2a6b6d63c02cdf117620973ce2d68994 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.