SOLICITATION NOTICE
G -- Catholic Community Coordinator - Package #1
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W0D41199A001
- Archive Date
- 9/28/2011
- Point of Contact
- Thomas Hofkens, Phone: 4067314554, Delene L. Kendrick, Phone: 4067314018
- E-Mail Address
-
thomas.hofkens@malmstrom.af.mil, delene.kendrick@malmstrom.af.mil
(thomas.hofkens@malmstrom.af.mil, delene.kendrick@malmstrom.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Appendix A: Government Furnished Property List Attachment 2: Bid Schedule Attachment 1: Performance Work Statement Combined Synopsis Solicitation for Catholic Community Coordinator COMBINED SYNOPSIS/SOLICITATION CATHOLIC COMMUNITY COORDINATOR MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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 will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W0D41199A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is being issued as a 100% small business set-aside to a Service Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 813110 with a small business size standard of $7M. (v) Contract line items: CLIN 0001: CATHOLIC COMMUNITY COORDINATOR. (1 EA) (vi) Description of requirement: See attached Performance Work Statement (vii) Period of Performance shall be 29 Sep 11 - 28 Sep 12. FOB: Destination, at: 341 MW/HC 315 72 nd St North Malmstrom AFB, 59402-7514 (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. Offerors are required to submit a one to two page resume, outlining qualifications, related educational background, experience and at least one professional reference. To be considered responsive, all quotes must contain a completed bid schedule and a proposed candidate resume. Electronic submission of quotes is authorized. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Quotes will be evaluated on price and ability to meet technical specifications. Technical acceptability will be determined by comparing proposed candidate resume qualifications with qualifications identified in the PWS. If the lowest offeror is technically acceptable, evaluations will be concluded and no other offers will be evaluated. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this solicitation. (xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) applies to this solicitation. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-27 Notice of Total Service-Disabled Veterans-Owned Small Business Set Aside 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 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.224-2 Privacy Act 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101 Ombudsman ( HQ AF Global Strike Command/A7K, 41 Orville Wright, Ste 202, Barksdale AFB, LA 71110-2415, 318-456-6336 ) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 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 http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001--COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e.,"authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) WAGE DETERMINATION Due to the number of employees required for this acquisition and the classification of worker to be employed, no wage determination is being issued for this acquisition. Therefore, this requirement falls within the guidelines of the Fair Labor Standards Act. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship to Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (End of clause) (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 2 :00pm MST, 13 September 2011. All quotes must be faxed to (406) 731-4005 to the attention of Thomas Hofkens or emailed to thomas.hofkens@malmstrom.af.mil and lisa.murphy@malmstrom.af.mil. (xvi) Direct any questions to the same at (406) 731-3624 or (406) 731-3625 respectively. 2 Attachments: 1. PWS with Appendix A 2. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5dbc0efd9a73a1f49aefe842dfe1aa93)
- Place of Performance
- Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
- Zip Code: 59402
- Zip Code: 59402
- Record
- SN02531972-W 20110814/110812235038-5dbc0efd9a73a1f49aefe842dfe1aa93 (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 |