SOLICITATION NOTICE
R -- Human Performance SME - Performance Work Statement - Schedule B
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Rice-F2XHC80189A005-Maxwell
- Archive Date
- 10/8/2010
- Point of Contact
- Xavier L. Rice, Phone: 334-953-8483, Nicholas A. Northam, Phone: 334-953-5036
- E-Mail Address
-
Xavier.Rice@maxwell.af.mil, nicholas.northam@maxwell.af.mil
(Xavier.Rice@maxwell.af.mil, nicholas.northam@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Schedule B Performance Work Statement GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase services as described in the Schedule of Supplies/Services. 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2HC80189A005). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 (02 Aug 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100908. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies/Services and performance work statement (PWS). Submit questions electronically by 17 Sep 10 Noon CSDT to xavier.rice@maxwell.af.mil. NAICS Code: 541990; size standard: 7.0 mil Offerers must ensure this NAICS appears on their CCR and ORCA. The Defense Priorities and Allocations System rating is S10. NATURE OF ACQUISITION: The Barnes Center has a non-personal services requirement for Human Performance Subject Matter Expertise for 12 months. The Schedule of Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. Award will be base on technical ability and price. You will be considered technically acceptable by demonstrating ability to meet all the requirements included of the PWS. All responses to this notice must be received by 23 Sep 10, 12:00 p.m. CDST. This acquisition is for the purchase of the following items: CLIN 0001: Human Performance SME (12) Months The contractor must be able to submit with their quotes the following certifications: Certified Strength and Conditioning, Cross fit, Kettle belt, and Registered Dietian. The contractor must submit a vitae identifying past performance experience at the post secondary level, including program description, organization, and location where work performed. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, and Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written quote to include tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or call 1-888-227-2423. Vendors must submit the following documents via email: 1. Bid schedule(or schedule B) 2. Representation and Certifications or indicate ORCA available online 3. Vitae 4. All Certifications identified in the PWS BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, "Simplified Acquisition Procedures." Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the bid schedule (Schedule B attached) is completed, copies of all specified certifications, vitae exemplifying relevant past performance are received, and all terms and conditions of the RFQ are met. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007) 252.204-7004 -- Alternate A (Nov 2003) 52.204-9 - Person Identity Verification of Contractor Personnel 52.204-7 - Central Contractor Registration By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2009), and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Representation (Jun 2007), 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees (Dec 2007), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-53 Exemption from Application of the service Contract Act to Contracts for Certain Services-Requirements. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2009) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (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 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 ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: jeff.geidner@maxwell.af.mil Contract Specialist: xavier.rice@maxwell.af.mil Contracting Officer: jacqueline.tellis@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The following provisions apply: By reference: FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (Jun 2008) FAR 52.212-3, ALT 1 (APR 2002) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) By full text: FAR 52.212-1 -- Solicitation Provisions Incorporated by Reference (Jul 2008) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this notice shall be provided in writing via e-mail to: A1C Xavier L. Rice, at xavier.rice@maxwell.af.mil. All responses shall be received NLT 12:00 PM CDST on 23 Sep 10. Email is the preferred method. Points of Contact: A1C Xavier Rice, Contract Specialist, Phone (334) 953-3532, Fax (334) 953-2856. SCHEDULE B: Item: Qty UOI Total CLIN 0001-AA- Human Performance SME 12 Months ___________________ Company Name: TAX ID: CAGE CODE:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/Rice-F2XHC80189A005-Maxwell/listing.html)
- Place of Performance
- Address: 50 S Turner Blvd, Building 832, Maxwell, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN02284615-W 20100918/100916235651-c44f0d5eb691d5f57b15c0682411b172 (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 |