Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

X -- Advanced Course in Engineering (ACE) Cyber Security Lodging - Wage Determination - Performance Work Statement

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721199 — All Other Traveler Accommodation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-ACEL
 
Archive Date
4/2/2010
 
Point of Contact
Jacquelyn Benedict, Phone: 315-330-3270
 
E-Mail Address
Jacquelyn.Fleet@rl.af.mil
(Jacquelyn.Fleet@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Wage Determination This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-A-CEL is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100301. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set aside under NAICS code 721199 and small business size standard of $7,000,000 average annual revenue. The Contractor shall quote the following Line Items on a Firm Fixed Price (FFP) basis. LINE ITEM 01: The Contractor shall provide all facilities, furniture, equipment and supplies, supervision, consumables, incidentals, and labor to provide lodging accommodations in accordance with the requirements in the Performance Work Statement (PWS). Period of performance is anticipated to be 24 May through 14 Aug 2010. NOTE: Pricing for Item 01 shall not include efforts required to fulfill PWS paragraphs 1.2.9 "Connectivity" (see Item 02) or 1.2.10 "Food Services" (see Item 03). LINE ITEM 02: The Contractor shall provide Connectivity in accordance with PWS paragraph 1.2.9. Period of performance is anticipated to be one year from date of contract award. LINE ITEM 03: OPTION. The Contractor shall provide Food Services in accordance with PWS paragraph 1.2.10. If the Government elects not to exercise this optional line item, paragraph 1.2.10 will be removed from the final PWS. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) THURSDAY 18 MARCH 2010. Submit to Jacquelyn Benedict, AFRL/RIKO, by email to jacquelyn.benedict@rl.af.mil, by mail to 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. (b)(4) Submit a technical description showing how the requirements of the PWS will be fulfilled. This must include the following information: (a) floor plan with dimensions; (b) list of equipment; (c) verification of connectivity; (d) typical meal; (e) brief description of procedures for room cleaning, custodial/sanitary services, linen services, food services, maintenance, repair service, quality control, security, and safety; and (f) description of transportation services if lodging is not within walking distance of Rome Research Site. This technical description will be used for evaluating the offeror's Technical Capability. (b)(10) Submit past performance information to include the following information: (a) evidence of successful performance within the past three (3) years of up to three (3) efforts similar in magnitude and scope to the work described in this solicitation and PWS; (b) description of services provided for the past performance efforts cited; and (c) contract numbers, contract amounts, periods of performance, any independent performance reports or quality surveys, and points of contact for the past performance efforts cited. (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL CAPABILITY, and (iii) PAST PERFORMANCE. When combined, Technical Capability and Past Performance are approximately equal in weight to Price. The clause at 52.217-5 Evaluation of Options applies to this acquisition. The full text reads as follows: "Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option." The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires, filled-in as follows: "11122 Housekeeping Aide (WG-2) $14.49 plus $3.35 per hour health & welfare, 01290 Rental Clerk (GS-4) 13.86 plus $3.35 per hour health & welfare" 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment The clause at 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. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.217-8, Option to Extend Services, filled-in as follows: "The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract." 52.217-9, Option to Extend the Term of the Contract. Paragraph (a) is filled-in as follows: "The Government may extend the term of this contract by written notice to the contractor before the contract expires." Paragraph (c) is filled-in as follows: "The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months" 52.232-18, Availability of Funds (Apr 1984) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-ACEL/listing.html)
 
Record
SN02086699-W 20100311/100309234714-8be5e8637af689c8c2eb3e87630b3382 (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.