Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2008 FBO #2531
DOCUMENT

U -- Academic Advisor - RFQ

Notice Date
10/29/2008
 
Notice Type
RFQ
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3998225A003
 
Archive Date
11/25/2008
 
Point of Contact
Ketah L. Watson, Phone: 8138287483
 
E-Mail Address
ketah.watson@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation (F2V3998032A701) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-21. This requirement is being set-aside 100% for Small Business. The item description is as follows: The contractor shall provide all personnel, supervision, and other items and services necessary to perform Education Advisor services as defined in this performance work statement (PWS) dated 7 July 2008. Non-personal services in support of voluntary off-duty education program to include providing academic advisement, interest testing, information, and guidance plus preparation of documents associated with the services provided and administrative duties as assigned. The Pricing Schedule with CLIN structure along with the PWS will be uploaded to this website as an amendment to this combined synopsis/solicitation and can be downloaded once it is posted. All offers shall include pricing for a base year and three option years. The North American Industry Classification System code (NAICS) is 611710, and the size standard is $6.5 MIL. Quotes must list the DUNS number, CAGE code, and Federal TIN. The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS: (A) To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Proposal/Schedule, 2) Past performance references relevant to the requested service. (B) Specific Instructions are as follows: (1) PART I - PRICE PROPOSAL - Submit original and one copy. (a) Complete the attached Request For Quote(RFQ)/Pricing Schedule. (b) Include Candidate Resume and qualification requirements specified in the PWS (c) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal. (2) PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired. (a) Past Performance Surveys: 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 and commercial sources, to assess performance. Provide a list of no more than four (4), of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years. Relevant contracts include present/past performance effort which involved much of the magnitude of effort and complexities this solicitation requires. 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 referenced:(i) Company/Division name,(ii) Product/Service,(iii) Contracting Agency/Customer,(iv) Contract Number,(v) Contract Dollar Value,(vi) Period of Performance,(vii) Verified, up-to-date name, address, FAX and telephone number of the contracting officer,(viii) Comments regarding compliance with contract terms and conditions,(ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (b) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (1) Requirements of the solicitation (Item Numbers) and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. (2) Evaluation Factors for Award. In accordance with 52.212-2, Evaluation - Commercial Items. Addendum to 52.212-2, Evaluation-Commercial Items; (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: Price and Past Performance are of equal importance. Using questionnaires, the contracting officer shall seek relevant performance information on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances of efforts involving Education Advisor Duties that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Offers will be evaluated based on total 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 52.212-3, Offeror Representation and Certification Commercial Items. The clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this solicitation. The clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2007) (Deviation). 52.232-18, Availability of Funds, 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services (NOV 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the expiration of the current period of performance. 52.217-9, 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 30 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. The clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and are incorporated as follows: 252.225-7001 Buy American Act and balance of Payments Program, 252.232-7003, Electronic Submission of Payment Request. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. Offers are due on 10 Nov 2008 by 3:00 PM EST. Submit offers or any questions to the attention of TSGT Ketah Watson at phone 813-828-7483, and SSGT NICOLE TAYLOR at phone 813-828-4027, fax 813-828-3667, or email at ketah.watson@macdill.af.mil, and nicole.taylor@macdill.af.mil. Offerors who fail to complete and submit the requirement above may be considered non-responsive.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9d13f476c75dd976718d338273c3311&tab=core&_cview=1)
 
Document(s)
RFQ
 
File Name: Academic Advisor RFQ (Amended RFQ-Academic Advisor Service.docx)
Link: https://www.fbo.gov//utils/view?id=fe0c216d57a10e3de97597f86664c340
Bytes: 188.41 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: Macdill AFB, Fl, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01697858-W 20081031/081029214629-4d6150feaa367bc0deee7590a3d81034 (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.