Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

R -- Airmen&Family Readiness Center (A&FRC) Assistant - Statement of Work

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5531-11-Q-0001
 
Point of Contact
A. Cuneyt Kuey, Phone: 314-675-6714, Shellie A. Murphy, Phone: 90-322-316-8074
 
E-Mail Address
cuneyt.kuey@izmir.af.mil, shellie.murphy@incirlik.af.mil
(cuneyt.kuey@izmir.af.mil, shellie.murphy@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Aiirmen&Family Readiness Center Assistant ATTENTION POTENTIAL OFFERORS: (i) 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. (ii) The solicitation number is FA5531-11-Q-0001. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, DFARS Change Notice 20110819, and Air Force Acquisition Circular 2011-0714. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air force intends to award this solicitation to a business concern within the country of Turkey. The NAICS code assigned to this acquisition is 561210. (v) There are five (5) contract line item numbers (CLINS). The quantity and unit of measure for the line item is shown below the each line item. (vi) & (vii) The purpose of this contract for the Base Year and all four 1-year option years is to work with the Izmir A&FRC geographically separated unit (GSU) representative to provide those services that are critical to be done on site. The main service this contract covers is providing relocation services and liaison with Izmir A&FRC to facilitate support visits. Services will be performed to support the military members, DOD Civilians, and DOD contract employees, assigned to the 425th ABS and U.S. Personnel assigned to NATO, Izmir, Turkey. See attached Statement of Work. CLIN 0001 - BASE YEAR: 40 (forty) Hours All services will be provided from 12 Oct 2011 through 30 Sep 2012 to 425 ABS, Ismet Kaptan Mahallesi, 1385 Sokak, Izmir, Turkey on a FOB Destination basis. CLIN 1001 - OPTION YEAR 1: 3250 (three thousand two hundred and fifty) Hours All services will be provided from 1 Oct 2012 through 30 Sep 2013 to 425 ABS, Ismet Kaptan Mahallesi, 1385 Sokak, Izmir, Turkey on a FOB Destination basis. CLIN 2001 - OPTION YEAR 2: 3250 (three thousand two hundred and fifty) Hours All services will be provided from 1 Oct 2013 through 30 Sep 2014 to 425 ABS, Ismet Kaptan Mahallesi, 1385 Sokak, Izmir, Turkey on a FOB Destination basis. CLIN 3001 - OPTION YEAR 3: 3250 (three thousand two hundred and fifty) Hours All services will be provided from 1 Oct 2014 through 30 Sep 2015 to 425 ABS, Ismet Kaptan Mahallesi, 1385 Sokak, Izmir, Turkey on a FOB Destination basis. CLIN 4001 - OPTION YEAR 4: 3250 (three thousand two hundred and fifty) Hours All services will be provided from 1 Oct 2015 through 30 Sep 2016 to 425 ABS, Ismet Kaptan Mahallesi, 1385 Sokak, Izmir, Turkey on a FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The vendor is required submit the following information to be evaluated; (1) a statement of "they will not take exception to the statement of work" if the vendor is cabable of meeting all the requirements in the statement of work, (2) military evaluations (OPR's/EPR's), civilian apprailsals, letters of recommendation, and/or documented awards relating to experience required. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. ( ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The contractor must take NO EXCEPTION to the Statement of Work and this must be stated in the quote. The last criterion is (ii) price. The vendors will be evaluated under the following criteria: Contractor shall be fluent English and possess some Turkish language skills. Fluency is defined as being able to converse comfortably with customers, to answer questions and give directions in an understandable manner, as well as read and write in English. Contractor shall have a minimum of one to two years experience working with American military members providing relocation services, and have a working knowledge of and a proven ability to manage and execute all responsibilities of the Airmen and Family Readiness Center. Specifically, contractor must possess a strong working knowledge of the USAF Military personnel system functions that relate to Airmen and family Readiness, to include, inbound and outbound assignments, retirements, separations, and sponsor program, and must have a proven ability, based on past performance, to manage and execute the responsibilities charged to the Airmen and Family Readiness Center in all applicable regulations and policies. Priority Knowledge/Experience Area Pts Awarded 1 Working knowledge of and a proven ability to manage and execute all responsibilities of the Airmen and Family Readiness Center 20 2 Strong working knowledge of inbound / outbound assignments 10 3 Strong working knowledge of retirements and separations 10 4 Strong working knowledge of sponsor program 10 Total Possible Points 50 Technical and Past Performance, when combined are, more important than price. ( x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) 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 under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). 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 under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xiii) The following four additional contract clauses apply to this acquisition: (1) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (2) DFARS 252.233-7001 Choice of Law (Overseas). (3) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Tara Petersen, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Heidi Hoehn, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (4) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. CCR REGISTRATION: TO PARTICIPATE IN THE COMPETITION AND TO BE CONSIDERED FOR EVALUATION, ALL INTERESTED COMPANIES MUST POSESS DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER AND COMMERCIAL&GOVERNMENT ENTITY (CAGE) CODE AND BE REGISTERED UNDER CENTRAL CONTRACTOR REGISTERY (CCR), WITH A VALID REGISTRATION DATE. TO APPLY AND RECEIVE A DUNS NUMBER AND A CAGE CODE WILL APPROXIMATELY TAKE A FEW WEEKS. AFTER OBTAINING THEM, LOG ONTO http://www.ccr.gov TO DO YOUR CCR REGISTRATION. COMPANIES WITHOUT DUNS NUMBER, CAGE CODE AND CCR REGISTRATION, OR NOT WILLING TO OBTAIN THEM WILL ABSOLUTELY NOT BE GIVEN SOLICITATION PACKAGES. FOR DUNS NUMBER, CALL 0212 2587272 FOR CAGE CODE, CALL 0312 410 6171 or 0312 410 6184. V.A.T. EXEMPTION: THIS PURCHASE (DELIVERY OF GOODS OR SERVICES) IS MADE FOR THE COMMON DEFENSE EFFORT AS CONTEMPLATED BY THE TAX RELIEF AGREEMENT BETWEEN THE UNITED STATES OF AMERICA AND TURKIYE, WHICH WAS RATIFIED BY LAW NUMBER 6426 DATED 30 JUNE 1954. IT IS EXEMPT FROM VALUE ADDED TAX ACCORDING TO THE COUNCIL OF MINISTERS OF THE REPUBLIC OF TURKIYE DECISION NUMBER 1992/2958 OF 22 APRIL 1992, PUBLISHED IN THE OFFICIAL GAZETTE DATED 21 MAY 1992 NUMBER 21234. NOTE TO TURKISH VENDORS: CONTRACTORS MAY SUBMIT A VAT-EXEMPT FORM ALONG WITH A COPY OF THE INVOICE SUBMITTED TO FINANCE, TO OUR OFFICE FOR CERTIFICATION. FOR THE TURKISH GOVERNMENT TO ACCEPT IT, CONTRACTING OFFICER MUST CERTIFY THE VAT FORM. SUBMIT A VAT-EXEMPT FORM ALONG WITH A COPY OF THE INVOICE SUBMITTED TO FINANCE, TO OUR OFFICE FOR CERTIFICATION. FOR THE TURKISH GOVERNMENT TO ACCEPT IT, CONTRACTING OFFICER MUST CERTIFY THE VAT FORM. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 11:00AM Local time on 7 October 2011. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact MSgt Shellie Murphy at E-Mail: shellie.murphy@incirlik.af.mil and 39cons.lgcb@incirlik.af.mil or Tel: 0-322-316-8075. You may also contact Mr Cuneyt Kuey at Email: cuneyt.kuey@izmir.af.mil at 0-232-455-6714 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5531-11-Q-0001/listing.html)
 
Place of Performance
Address: Izmir, Non-U.S., Turkey
 
Record
SN02593511-W 20110928/110927000546-70190f59272839ac4cc12611d75b1c1f (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.