Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

U -- TEST ADMINISTRATOR/PROCTOR - REQUEST FOR QUOTE - PERFORMANCE WORK STATEMENT

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
LGCA-F2V3999082A901-Test_Administrator
 
Archive Date
5/26/2009
 
Point of Contact
Jamie G Calcasola,, Phone: 813-828-7492, Ketah L. Watson,, Phone: 8138287483
 
E-Mail Address
jamie.calcasola@macdill.af.mil, ketah.watson@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PWS RFQ This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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 is a Request For Quote (RFQ) and the solicitation number is F2V3999082A901. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Test Administrator with one base year and four (4) Option years. DESCRIPTION OF REQUIREMENT CLIN 1 TEST ADMINISTRATOR/PROCTOR FOR WEEKLY EXAMINATIONS IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT. CONTRACTOR WILL PROVIDE THE FOLLOWING: TEST ADMINISTRATOR, PROCTOR DANTES, PME, DISTANCE LEARNING, DLPT, DLAB, FAA, COLLEGE/UNIVERSITY. PERIOD OF PERFORMANCE: May 12, 2009 - May 11, 2010 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 20 April 2009, DFAR DCN 20090318 and AFFAR AFAC 2009-0115. The North American Industry Classification System code (NAICS) is 611710, Educational Support Services. The Standard Industrial Classification (SIC) is 9411. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: This is a Small Business Set-Aside competitive selection in which competing offeror's past and present performance history will be evaluated on a basis where Past Performance is aproximatley equal to Price when being evaluated. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the offeror accedes to the term of this model contract and all such offers shall be treated equally except for their prices and past performance records. The evaluation process shall proceed as follows: A. Initially, offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. B. Performance confidence assessments will be made using the complete questionnaires, submitted directly to the contracting officer on all offerors and data independently obtained from the government and commercial sources. Relevant performance includes performance efforts involving limited to test administrator, proctor DANTES, PME, distance learning, DLPT, DLAB, FAA, college/university that are similar or greater in scope, magnitude and complexity than the effort described in the solicitation. Performance regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. The government reserves the right to seek information on higher priced offerors if none if the lower priced offerors receive a "Substantial Confidence" performance assessment rating. Offerors with no relevant past or present performance history shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating as defined in AFFARS Mandatory Procedures 5315.3, Table 3. See Table below for rating and description ---- TABLE 3- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description Substantial Confidence Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort No Confidence Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence No performance record is identifiable or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned. C. 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. D. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating, 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. E. If the lowest price offeror is not judged to have a "Substantial 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 "Substantial Confidence" performance assessment or until all offerors are evaluated. F. If no offeror is judged to have "Substantial Confidence" then all offers will be re-evaluated and the contract will be awarded to the most advantageous proposal package submitted for this combination Synopsis/Solicitation. G. Offerors are cautioned to submit sufficient information and in the format specified in the section entitled "Proposal Preparation Instructions". Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse performance is defined as performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. 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 proposal revision. H. The Government intends to award a contract without discussions with respective offers. The Government, however, reserves the right to conduct discussions if deemed in its best interest. If discussions are held, the Offerors will be required to respond to evaluation notices within a short time frame (24 hours or less). Past and Present Performance Questionnaires. The government will evaluate the quality and extent of offeror's experience deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror's past and present performance questionnaire respondents and information obtained from other sources such as other Federal Government offices and commercial sources, to access performance. Offerors shall contact contract specialist to obtain the past performance questionnaire, after receiving e-mail or fax to no more than five (5) no less than three (3) of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. These Past and Present Performance Questionnaires must be submitted and turned in by the close of the solicitation. Any received after the close will not be considered. Past Performance Questionnaires for sub-contractors are encouraged, but not mandatory. Relevant contracts include, but not limited to Test Administration/Proctoring. Relevancy is further defined as follows: Very Relevant Present/past performance efforts involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance efforts involved much of the magnitude of effort and complexities than this solicitation requires. Somewhat Relevant Present/past performance contractual efforts involved some of magnitude of effort and complexities than this solicitation requires. Not Relevant Present/past performance effort did not involve any magnitude of effort and complexities this solicitation requires. Evaluation of past performance information will take into account present/past performance 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, e-mail, 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. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent/ past 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 performance questionnaires from the relevant contract respondents. Offeror is responsible for ensuring that the questionnaires are completed and faxed directly to the Contract Specialist no later than the proposal closing date and time. DELIVERY ADDRESS: The software is to be procured on behalf of the 6th Force Support Squadron/Education Center on MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 217-5 Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or protests or formal contract disputes. The ombudsman may refer the 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, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (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), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due by 11 May 2009 by 1:00 PM EST. Submit offers or any questions to the attention of SrA Jamie Calcasola, 6CONS/LGCA, via fax 813-828-3667, or preferably by email to jamie.calcasola@macdill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2985cf4a0bd67b1f2e51a6d682745a37&tab=core&_cview=1)
 
Place of Performance
Address: 6TH FORCE SUPPORT SQUADRON/EDUCATION CENTER, MACDILL AFB, FL, 33621, TAMPA, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01807927-W 20090506/090504215746-2985cf4a0bd67b1f2e51a6d682745a37 (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.