Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2012 FBO #3788
MODIFICATION

V -- Long Term Lodging and Transportation - Amendment 1

Notice Date
4/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PH311186A001
 
Archive Date
4/25/2012
 
Point of Contact
Teresa L. Yancey, Phone: 210-652-3672, Kerry A. Kelly, Phone: 210-652-5513
 
E-Mail Address
teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil
(teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers The Air Education and Training Command Contracting Squadron, Randolph AFB, TX has a requirement to purchase long term lodging support for Air Force Security Assistance Training Squadron (AFSAT). This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PH311186A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-57. All responsible sources may submit bid, proposal, or quotation which shall be considered by the agency. The NAICS Code is 721110; size standard $30.0M. NATURE OF ACQUISITION: AFSAT has a requirement for long term lodging. The requirement includes lodging for five (5) visiting students for single occupancy rooms for the period 5 May 2012 through 17 Nov 2012 for a total of 197 days per student. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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. 52.212-1 - Instructions to Offerors - Commercial Items ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of proposal offeror must follow the instructions contained herein. Offeror is required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offeror must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Technical Proposal, Price Proposal and Past Performance Proposal. B. Offeror may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. The contractor is responsible for providing specific information on each sheet for each CLIN (room rates and days). 2. Volume Description: Technical Mission Capability Proposal Price/Cost Proposal Past Performance Proposal 3. This is an all-electronic solicitation release. No hard copies will be mailed. 4. The offeror is required to submit an offer on all Contract Line Item Numbers (CLINs) in the Description of Services section. 5. The original of each technical and cost proposal will be retained with the contract file. 6. The offeror shall submit with their proposal a list of names and telephone numbers of persons authorized to conduct negotiations. 7. The technical proposal shall be prepared in accordance with these instructions including Paragraph 10 of this section, and will be evaluated in accordance with the evaluation criteria in FAR Clause 52.212-2, Evaluation Factors for Award. Technical proposals shall include necessary information to enable the evaluators to form a definitive conclusion concerning the offeror's ability to perform and complete the requirement in accordance with the Performance Work Statement. The offeror's proposal must convey to the Government that the offeror is capable; possesses experience and sufficient resources; and is able to plan, organize, and use those resources in a coordinated and timely fashion such that technical requirements will be achieved and costs will be controlled. Submit 1 (one) electronic copy of technical proposal. 8. The price/cost proposal shall be prepared in accordance with these instructions and Paragraph 10 of this section, and will be evaluated in accordance with the evaluation criteria in FAR Clause 52.212-2, Evaluation Factors for Award. The price/cost proposal shall be based on the offeror's own technical proposal and the Government's Performance Work Statement requirements as set forth herein. The offeror shall complete Description of Services CLINS 0001 and 0002 of the RFP. Submit 1 (one) electronic copy of the price/cost proposal via e-mail. 9. The past performance proposal shall be prepared in accordance with these instructions and Paragraph 10 of this section, and will be evaluated in accordance with the evaluation criteria in FAR Clause 52.212-2, Evaluation Factors for Award. The past performance proposal shall be based on at least one and no more than three (3) of the offeror's relevant contracts from different customers within the last three (3) years. Submit 1 (one) electronic copy of the past performance proposal via e-mail. 10. Submitted materials shall be fully responsive to and consistent with the following: 10.1. Requirements of the RFP and PWS, and the CLINS contained therein; Government standards and regulations pertaining to the PWS; and Evaluation factors for award in FAR Clause 52.212-2 of this RFP. 10.2. No cost data will be included in the technical materials. 10.3. Format of the proposal shall be as follows: 10.3.1. All typing shall be no smaller than what is equivalent to Microsoft Word, Times New Roman, 11 font. If necessary, typing on charts and graphs may be smaller than 11 font, but shall be no smaller than what is equivalent to Microsoft Word, Times New Roman, 8 pitch, and must be clear and readable. 10.3.2. Elaborate format, color representations, and bindings are not desirable. 10.3.5. Page margins shall be a minimum of one inch top, bottom, and each side. C. Specific Instructions: 1. PART I - TECHNICAL PROPOSAL - Propose facilities that meet the criteria defined in the Performance Work Statement (PWS) for the Long Term Lodging. Proposals shall include necessary information to enable the evaluators to form a definitive conclusion concerning the offeror's ability to provide Long Term Lodging and Transportation to students as required. The offeror's proposal must convey to the Government that the offeror is capable; possesses experience and sufficient resources; and is able to plan, organize, and use those resources in a coordinated and timely fashion such that technical requirements will be achieved and costs will be controlled. Subfactor (1) - Long Term Lodging - Submit your organization's facilities available to provide Long Term Lodging to students in accordance with (IAW) the PWS. At a minimum, offeror should include a general description of amenities available in each student room i.e. refrigerators, microwave ovens, stove top and coffee machine. Subfactor (2) - Transportation - Submit your organization's approach to meeting all student transportation requirement IAW the PWS. Subfactor (3) - Proximity to leisure activities - Submit a description of amenities within shuttle distance provide by your facility i.e. dinning, malls and recreational facilities. 2. PART II - PRICE PROPOSAL - The firm fixed price shall be based on the rates contained in your proposal, including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Contractors are required to complete the Description of services CLINS 0001 and 0002. 3. PART III - PAST PERFORMANCE -- Past Performance. The Government will evaluate the quality and extent of the contractor's performance deemed relevant to the requirements of this RFQ. The Government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least one (1) and no more than three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant contracts include contracts for products similar to the requirements contained in the schedule of supplies. The evaluation of past performance information will take into account past performance information regarding predecessor companies, 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 listed. (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, Fax and telephone number of the contracting Officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding compliance with any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. 52.212-2 Evaluation-Commercial Items EVALUATION-COMMERCIAL ITEMS (JAN 1999) BASIS FOR CONTRACT AWARD: This is a Lowest Price Technically Acceptable best value source selection. Award will be made to the lowest evaluated price offeror that is determined to have a technically acceptable proposal and receives an acceptable past performance rating. The evaluation process shall proceed as follows: A. The Government will evaluate the technical proposals and assign ratings of Acceptable or Unacceptable. (1) The offeror's proposal shall, at a minimum, address each of the sub factors in (3) below, as they apply to the PWS. Detailed instructions are included in the proposal preparation instructions section of this solicitation. During evaluation of each proposal, the Government will assign each sub factor a rating as shown in table (2) below. A rating of unacceptable in one or more technical sub factors will constitute an overall rating of unacceptable for the technical evaluation and may result in the entire proposal being eliminated from the competition. (2) The ratings consist of: TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS RATING DESCRIPTION Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. (3) Description of Sub factors: (a) Sub factor: Long Term Lodging Description of Sub factor: Contractor is required to provide sufficient documentation that clearly demonstrates the ability to provide Long Term Lodging facilities IAW the PWS. (b) Sub factor: Transportation Description of Sub factor: Contractor is required to provide organization's approach to meeting all student transportation requirement IAW the PWS. (c) Sub factor: Proximity to leisure activities Submit a description of amenities within shuttle distance provide by your facility i.e. dinning, malls and recreational facilities. Description of Sub factor: Contractor is required to Submit a description of amenities within shuttle distance provided by your facility i.e. dinning, malls and recreational facilities. B. Price Evaluation. The Government will evaluate the price proposals, and any other relevant proposal data submitted, to determine if proposed prices are reasonable and balanced based on the offeror (s) proposed approach. Price will contribute substantially to the source selection decision, and the source selection will be conducted with the expectation of adequate price competition per FAR 15.403-1(c)(1), therefore, cost or pricing data are not required. However, the offeror may be required to submit information to the extent necessary for the Contracting Officer to determine price reasonableness. (1) For the purposes of the initial price evaluation, the offeror shall submit Description of Services CLINS 0001 and 0002. Any other information provided by the offeror will not be considered or evaluated. All proposals will be evaluated for reasonableness. A Total Evaluated Price (TEP) will be presented to the Source Selection Authority (SSA) for award decision purposes. The offeror's TEP will be calculated as the sum of the Firm-Fixed-Price CLINs 0001-0002. The Government may use any of the following price analysis techniques IAW FAR 15.404-1(b): comparison of proposed prices received, comparison of previously proposed prices and previous Government and commercial prices, use of parametric estimating/rough yardsticks, comparison with competitive published price list or market prices, comparison with independent Government cost estimates, comparison with market research, and analysis of pricing information provided by the offeror. If the price analysis techniques are insufficient to make a determination of price reasonableness, the contracting officer may request information other than cost or pricing data in order to make a determination of price reasonableness. (2) To the extent necessary, the Contracting Officer may use other proposal analysis techniques, such as technical analysis and cost analysis to determine price reasonableness. In addition, proposed unit prices will be evaluated for unbalanced pricing (FAR 15.404-1(g)). Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items or sub line item appears to be significantly overstated or understated as indicated by the application of price analysis techniques. An offeror's proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. Also a contract will not be awarded to an offeror whose price is not determined reasonable. C. Past Performance Evaluation. The Government will evaluate past performance to assess how well the offeror performed work relevant to the type of effort and type of requirement described in the solicitation as an indicator of an offeror's ability to perform the contract successfully. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements. There are two aspects to the past performance evaluation. The first is to evaluate whether the offeror's present/past performance is relevant or not relevant to the effort to be acquired. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. The Government will use the following procedures in evaluating past performance: (1) Recency is defined as performance occurring within the last three (3) years of the date of this solicitation, except that ongoing programs must have begun no less than three (3) months from issuance of the RFP. (2) The Government will evaluate the relevancy of offeror's past performance and assign ratings of Relevant, or Not Relevant: PAST PERFROMANCE RELEVANCY DESCRIPTIONS RATING DESCRIPTION Relevant: Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Not Relevant: Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. (3) The Government will determine how well the contractor performed on past contracts and assign ratings of Acceptable, or Unacceptable: PAST PERFORMANCE EVALUATION RATINGS RATING DESCRIPTION Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability,"unknown" shall be considered "acceptable." (4) Sources of past performance information for evaluation is as follows: (a) Offeror's shall submit past performance information on at least one (1) but no more than three (3) recent contracts during the past three (3) years from RFP date that you consider most relevant in demonstrating your ability to perform the proposed effort. Include rationale supporting your assertion of relevance. Complete and submit information required in the Addendum to 52.212- 1 of the RFP "Past Performance Information," for each of these contracts. (b) Past performance information shall be obtained from any other sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, Contracting Officers, and Fee-Determining Officials; and the Defense Contract Management Agency. The past performance evaluation team will review this past performance information and determine the quality and usefulness as it applies to the requirements of this solicitation. See FAR 15.101-2(b)(1) for treatment of past performance relative to small business. Failure to receive an acceptable past performance rating may result in the entire proposal being eliminated from the competition. D. After initial evaluation of each offeror's technical and price proposals, and assessment of each offeror's past performance, if the lowest reasonably priced technically acceptable offer (by TEP) is determined responsible in accordance with FAR 9.104, and has an acceptable past performance assessment rating, award will be made to that offeror without entering into discussions as this represents the best value to the Government. E. The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in Proposal Preparation Instructions in the Addendum to 52.212-1. Offeror's may be asked to clarify certain aspects of their proposal (e.g.,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. Exchanges conducted with regard to adverse past performance or 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. F. However, the Government reserves the right to conduct discussions if deemed in its best interest. If the Government elects to hold discussions, a competitive range may be established based on FAR 15.306(c) procedures and this solicitation. The Government reserves the right to further limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. If the contracting officer determines that an offeror's proposal should no longer be included in the competitive range, the proposal will be eliminated from consideration for award. Written notice of this decision shall be provided to unsuccessful offerors in accordance with FAR 15.503. Offerors excluded or otherwise eliminated from the competitive range may request a debriefing in accordance with FAR 15.505 or 15.506. G. After conclusion of discussions and receipt of final proposal revisions, the Government will make an award to the lowest reasonably priced technically acceptable offer (by TEP) that is determined responsible in accordance with FAR 9.104, and has an acceptable performance assessment rating, as this represents the best value to the Government. (End of provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. 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. The following clauses apply: 52.204-7 - Central Contractor Registration 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 -- Convict Labor 52.222-21 -- Prohibition of Segregated Facilities 52.222-41 -- Service Contract Act of 1965 52.222-50 - Combatting Trafficking in Persons 52.225-13 - Restrictions on Certain foreign Purchases 52.232-18 - Availability of Funds 52.232-33 -- Payment by Electronic Funds Transfer--Other Than Central Contractor Registration. 52.233-3 -- Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.247-7023 Alt III - Transportation of Supplies by Sea 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2). While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 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) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Bus Driver $21.68 36.45% Waiter/Waitress $17.43 36.45% (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 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 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 recommendationsto 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 AETC ombudsmen, Deputy Chief, Contracting Division, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-7907; facsimile 210-652-8344. 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. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self-contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, 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 by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer's name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Responses to this notice shall be provided in writing via e-mail (Telegraphic and Telefax documents/offers will not be accepted) to : Teresa Yancey, at teresa.yancey@us.af.mil. All responses shall be received NLT 12:00 PM CST on 10 Apr 12. Email is the preferred method. Point of Contact: Teresa Yancey, Contract Specialist, Phone 210-652-3672 or Kerry Kelly, Contracting Officer Kerry.kelly.2@us.af.mil, Phone 210-652-5513. PERFORMANCE WORK STATEMENT (PWS) FOR LONG TERM LODGING FOR AIR FORCE SECURITY ASSISTANCE TRAINING SQUADRON (AFSAT) 1.0. DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1. Background: AFSAT, Randolph AFB, TX has a requirement for Long Term Lodging in East Hartford, CT 06108. 1.2. Contractor shall be required to provide five (5) smoke free single occupancy hotel/motel rooms for students during training course at Pratt and Whitney Facility located at 400 Main Street, East Hartford, CT 06108. The check-in will be May 5, 2012 and check-out is Nov 17, 2012. The hotel must be within 12 miles of the training location at the Pratt and Whitney Facility to allow for optimum use of the students time. 1.2.1. Hotel must be able to provide pick-up/drop-off at Bradley International Airport, Scheophoester Road, Windsor Locks, Hartford, Connecticut 06096. 1.2.2. Hotel/motel must be able to provide daily transportation to and from Pratt and Whitney facility. 1.2.3. Transportation for student shopping trips once a week after the training day or on a non-training day (up to four hours) to purchase supplies needed to maintain themselves in their hotel/motel or apartment. 1.2.4. Kitchens with refrigerators, microwave ovens, stove top and coffee machine required. 1.2.5. Extended stay suites desired. 1.2.6. Hotel Shuttle access to nearby (12-15 miles) dining, mall and recreation facilities. 1.2.7. Provide non-emergency transportation as required to nearest military medical treatment facility or civilian treatment facility as scheduled by the Pratt & Whitney Student Support Office. 2. PLACE OF PERFORMANCE. Manchester, Connecticut, USA. 3. OTHER REQUIREMENTS 3.1. Only the quality training program manager (TPM) or the designated alternate has the authority to inspect, accept, or reject all services. 3.2. The contractor shall bring problems or potential problems affecting performance to the attention of the TPM upon occurrence. 4. GENERAL INFORMATION 4.1. Performance of Service during Crisis Declared by the National Command Authority or Overseas Combatant Commander. This service is not determined to be essential for performance during crisis according to DODI 3020.37. However, in the event of a crisis or a significant emergency is declared the CO will contract service provider personnel to notify them of the situation and any possible changes to their contract responsibilities. Upon notification by the CO, the service provider shall perform special event services due to contingencies, natural disasters, or facility operation on an extended basis up to 24 hours per day, as required. If additional contract costs are incurred under this paragraph, the service provider shall have up to 30 calendar days to request an equitable contract price adjustment. DESCRIPTION OF SERVICES Rate Days Extended Cost 0001 Lodging _______ 985* _____________ 0002 Transportation _______ 985* _____________ *197 days x 5 students = 985 days
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH311186A001/listing.html)
 
Place of Performance
Address: Connecticut, United States
 
Record
SN02716513-W 20120408/120406235231-565908bbcdd95941d6b4ecac52d0efbe (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.