SOLICITATION NOTICE
U -- Test Administrator - Wage Determination - Performance Work Statement
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3CC2153A00
- Archive Date
- 9/13/2012
- Point of Contact
- Mamie J Boglin, Phone: 907-552-6660
- E-Mail Address
-
mamie.boglin@elmendorf.af.mil
(mamie.boglin@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Wage Determination 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. The solicitation number for this procurement is F1W3CC2153A001 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-60, 20120712, Defense Federal Acquisition Regulation Supplement Procurement Notice (DPN) 20127439 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System Code (NAICS) for this acquisition is 611710: Education Support Services, with a Small Business Size Standard of $7,000,000.00. This acquisition is a 100% Total Small Business Set-Aside. This is a Firm Fixed Price procurement and will be procured using commercial item procedures and award selection will be made based on the lowest price technically acceptable. This requirement is for Test Administrator Services for Joint Base Elmendorf-Richardson (JBER) IAW the attached PWS. See CLIN structure on as outlined in table provided: Year CLIN Description Price per unit Est. Qty Unit Total Base Yr 0001 Test Administrator-4 Hour Testing Session) Monday-Thursday, there will be two four-hour testing sessions per day, 0730-1130 and 1230-1630, and each session will consist of all activities required to conduct that session, to include preparation for the current session and preparation for future testing sessions. The expected number of testing sessions for this period of performance will be 394, subject to all other provisions set forth in this contract. 394 EA 0002 Base Education Center Test Administrator Services (3 Hour ATN Session) 10 ATN sessions for this period of performance. The length of an ATN session will vary from 1-3 hours. The start time for an ATN session will range from 0400 to 0700, Alaska time. Requests for ATN broadcasts are received, typically, no later than 7 calendar days before the scheduled start date but, on very rare occasions, may be received as late as 24 hours before the start date. During weeks in which ATN sessions are held, testing session times for that week may be modified by mutual agreement of TCM or ETS Chief and contractor. 10 EA Opt 1 1001 Test Administrator-4 Hour Testing Session) Monday-Thursday, there will be two four-hour testing sessions per day, 0730-1130 and 1230-1630, and each session will consist of all activities required to conduct that session, to include preparation for the current session and preparation for future testing sessions. The expected number of testing sessions for this period of performance will be 394, subject to all other provisions set forth in this contract. 394 EA 1002 Base Education Center Test Administrator Services (3 Hour ATN Session) 10 ATN sessions for this period of performance. The length of an ATN session will vary from 1-3 hours. The start time for an ATN session will range from 0400 to 0700, Alaska time. Requests for ATN broadcasts are received, typically, no later than 7 calendar days before the scheduled start date but, on very rare occasions, may be received as late as 24 hours before the start date. During weeks in which ATN sessions are held, testing session times for that week may be modified by mutual agreement of TCM or ETS Chief and contractor. 10 EA Opt 2 2001 Test Administrator-4 Hour Testing Session) Monday-Thursday, there will be two four-hour testing sessions per day, 0730-1130 and 1230-1630, and each session will consist of all activities required to conduct that session, to include preparation for the current session and preparation for future testing sessions. The expected number of testing sessions for this period of performance will be 394, subject to all other provisions set forth in this contract. 394 EA 2002 Base Education Center Test Administrator Services (3 Hour ATN Session) 10 ATN sessions for this period of performance. The length of an ATN session will vary from 1-3 hours. The start time for an ATN session will range from 0400 to 0700, Alaska time. Requests for ATN broadcasts are received, typically, no later than 7 calendar days before the scheduled start date but, on very rare occasions, may be received as late as 24 hours before the start date. During weeks in which ATN sessions are held, testing session times for that week may be modified by mutual agreement of TCM or ETS Chief and contractor. 10 EA Period of Performance (PoP) will be 1 Nov 2012 to 31 Oct 2013 with (2) 1-year option periods included. The following FAR clauses and provisions apply to this acquisition: FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) with Alternate I (Apr 2011). An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 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 (Oct 2010) 52.222-50, Combating Trafficking in Persons (Feb 09) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.233-3, Protest After Award (Aug 1996) 52-232-18, Availability of Funds (Apr 1984) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) 252.225-7001, Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (May 2012) 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Addendum 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012). FAR 52.212-1 - ADDENDUM Addendum to 52.212-1, Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Past Performance. Part III-Technical/Experience. Price, Past Performance and Technical proposals shall not exceed twenty-five (25) double-sided pages combined. Font size shall not be smaller than Times New Roman, 11pt. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART I- PRICE PROPOSAL - Submit original and one (1) copy (1) Complete pricing for CLINs on company letterhead. In doing so, the offeror accedes to the contract terms and conditions as written in the combined synopsis/solicitation, with attachments. (2) Insert proposed unit and extended prices in the price list. The extended amount must equal the unit price multiplied by the number of units. The proposal(s) must be submitted for a base period plus four (4) option years. Failure to complete the price list will be seen as non-compliant with this synopsis/solicitation. b. PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are to be submitted. Submit original and one (1) copy. (1) Quality and satisfaction rating for contracts completed in the past three years: Provide information currently available (letters, metrics, customer questionnaires, independent questionnaires, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contracts. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, (2) Past performance questionnaires: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this combined synopsis/solicitation. The government will use information submitted by the offeror and other sources such as other federal government offices and commercial sources to assess performance. Provide a list of no more than three (3) of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Send a copy of the past performance questionnaire to each of these agencies and customers with instructions to complete the questionnaire and send it to the address as directed on the questionnaire, to arrive not later than the closing date/time of the combined synopsis/solicitation. Relevant contracts are defined as contracts that include services for test administration. Recent performance is defined as contracts with periods of performance within the last three (3) years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have 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 referenced: (a) Company/Division name (b) Product/Service (c) Contracting Agency/Customer (d) Contract Number (e) Contract Dollar Value (f) Period of Performance (g) Verified name, address, facsimile and telephone number of the contracting officer (h) Comments regarding compliance with contract terms and conditions (i) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (3) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (4) Subcontractor consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal, a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (5) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (a) Requirements of the solicitation and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. (b) Evaluation Factors for Award. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The RFP's submitted shall contain the following information: RFP number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Proposal shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All interested and qualified small business sources are encouraged to submit a proposal, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Proposals or modification of proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). c. PART III- TECHNICAL PROPOSAL- Submit documentation, certifications, past contracts subtantiating Technical understanding of the proposal and experience required IAW the attached PWS. Addendum 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) BASIS FOR CONTRACT AWARD- Lowest Price Technically Acceptable-The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this synopsis/solicitation and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: The evaluation factors for the basis of award are 1) Price, 2) Past Performance and 3) Technical/Experience. Past Performance and Technical evaluation factors when combined are approximately equal to cost or price. 1. Price Evaluation. Initially, the government shall rank all proposals according to price, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the CLIN Price List by the unit price for each item to confirm the extended amount for each NOTE: Extension of services option. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year, as described below: (1) Estimated total amount of all options specified in the schedule under the authority of contract clause, FAR 52.217-9 "Option to Extend the Term of the Contract" will be added to the basic year requirement. (2) Estimated total amount of "Extended Service" option specified in the schedule under the authority of contract clause, FAR 52.217-8 "Option to Extend Services" will be calculated by the Government on the basis of potential maximum 6-month extension by use of the following formula. a. Applicable Contract Period for Extended Services (6 Month Max) 6- Month Total Amount Calculation Formula (Evaluation Purpose) Base Year Total Amount= (CLIN Unit Price) x 0.5* Option Year 1 (CLIN Unit Price) x 0.5* Option Year 2 (CLIN Unit Price) x 0.5* Note* 0.5 is the multiplicative factor used to derive the 6-months quantity value (3) The total amount of all options are for evaluation purposes only, since actual exercise of option year is contingent, and extension of 6-month is a maximum period granted under FAR 52.217-8 and actual period of extension is unknown until the extension becomes necessary. (4) Evaluation of options to be performed in accordance with this clause, will not obligate the Government to exercise the option(s). (5) If exercised, this extension of services option will be priced at the prior base or option year performed price with the only adjustment allowed being those changes to the applicable Department of Labor wage determination and/or Collective Bargaining Agreement on contract at the time the option is exercised. 2. Performance Confidence Assessment. Using questionnaires and other sources, the contracting officer shall seek relevant performance information based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Recent performance is contracts with periods of performance within the last three (3) years. Relevant performance includes efforts involving test administration that are similar or greater in scope, magnitude and complexity than the effort described in this combined synopsis/solicitation. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Higher relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: TABLE 1- Past Performance Relevancy Ratings Rating Description Very Relevant Present/past performance effort involved essentially the same scope and magnitude of the effort and complexities this solicitation requires Relevant Present/past performance effort involved similar scope and magnitude of the effort and complexities this solicitation requires Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of the effort and complexities this solicitation requires Not Relevant Present/past performance effort involved little or none of the scope and magnitude of the effort and complexities this solicitation requires The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the combined synopsis/solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined below. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. TABLE 2- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's recent/relevant performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's recent/relevant performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's recent/relevant performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's recent/relevant performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No recent/relevant performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. If the lowest priced evaluated offer is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest price offeror will be evaluated and the process will continue (in order by price) until an offer is judged to have Substantial Confidence performance confidence assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted 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. 3. Technical/Experience Evaluation- The Governement will evaluate the the substantiating documents verifying a technical understanding of the requirement and those certifications required and IAW the Performance Work Statement (PWS). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman - 673d CONS Ombudsman can be contacted by calling the Contracting Specialist, MSG Mamie Boglin at 907-552-6660. All proposals shall be marked with the Request for Proposal Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at the web portal System for Award Management at: https://www.sam.gov/portal/public/SAM/ or by calling the SAM Service Desk at 1-866-606-8220. Interested companies that meet the requirements stated in this combined synopsis/solicitation should submit a proposal. Proposals for this notice shall be received by Wednesday, August 29, 2012 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; MSG Mamie Boglin, 10480 22nd Street, Suite 342, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-6660, Fax (907) 552-7497, mamie.boglin@elmendorf.af.mil and the Alternate; Ms. Edith Smith at edith.smith@elmendorf.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3CC2153A00/listing.html)
- Place of Performance
- Address: 10480 22nd Street, Joint Base Elmendorf-Richardson, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02844093-W 20120819/120817235114-b97f347157829895fa7a29978691f3c4 (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 |