SOLICITATION NOTICE
Q -- Pediatric Nurse for 374th MDG, Yokota Air Base, Japn - Attachments
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- FA520912R8002
- Archive Date
- 10/5/2012
- Point of Contact
- Tomoko Harashima, Phone: 81-42-552-3014, Michelle A. Lewis, Phone: 81-42-553-4179
- E-Mail Address
-
tomoko.harashima.jp@us.af.mil, michelle.lewis.11@us.af.mil
(tomoko.harashima.jp@us.af.mil, michelle.lewis.11@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Att 6 Rep & Cers Att 5 PP Survey Form Att 4 PPI List Att 3 QASP Att. 2 PWS-Appendix B Att. 2 PWS Att. 1 Pricing Schedule The requirement is to provide non personal service of one Pediatric Nurse for Yokota Hospital, Yokota Air Base, Japan. SOFA status will be provided. Please refer to the attached PWS for the details. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is (FA5209-12-R-8002). 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 and DFARS Publication Notice 20120522. 3. The NAICS is 621399. 4. There is no set aside for this RFP in accordance with FAR 19.000(a) as this contract will be performed solely in Japan. 5. DESCRIPTION: See Attachment 1, Pricing Schedule 6. PERIOD OF PERFORMANCE: POP: Date of Award through 31 Aug 13, and four (4) 1-year option periods. 7. Deadline for receipt of offers: 11 Sep 12, 0200 PM, Japan Standard Time. 8. The following provisions apply to this acquisition: Relevant Excerpt from Solicitation Provision FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FEB 2012) Addendum to FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FEB 2012) This provision is incorporated by reference, and paragraph (c) is modified to read as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers. Addenda to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) A. 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, Part II - Technical and Part III - Past Performance Information. B. 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. 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 cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: The offers shall be prepared to consist of the following three parts: 1. PART I - PRICE PROPOSAL - The submission may be made by email, facsimile, postal mail or other applicable methods. (a) Submission of proposal without any conditional changes, the offeror accedes to the contract terms and conditions as written in this solicitation with attachments. The solicitation constitutes the model contract. (b) Attachment 1, Pricing Schedule. Insert proposed unit and extended prices in the Pricing Schedule. Complete with proposed unit price and extended amount for each listed line item. The extended amount must equal the whole unit price multiplied by the number of units. The proposal(s) must be submitted for a base year plus four (4) Option Years. (c) Remittance Address (Attachment 1). Provide remittance address if necessary. The remittance address is used in the event the Government is unable to make the payment by Electronic Funds Transfer and sends a check to the Contractor. (d) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 with Alternate I and DFARS 252.212-7000 (Attachment 6) shall be returned along with the proposal in its entirety. (e) Acknowledgment of solicitation amendments when issued. 2. PART II - TECHNICAL - Submit one (1) copy of the following permits (a) Certificate of graduation of an approved nursing school and applicable Bachelors of Science in Nursing Degree from an accredited college. (b) Copy of valid, current, unrestricted state nursing license (c) Current Basic Life Support (BLS) certification. (d) Current Pediatric Advanced Life Support (PALS) certification (e) Resume (One years of post-graduate pediatric experience is required in at least one of the following settings: outpatient pediatric clinic, inpatient pediatrics, pediatric emergency room or urgent care.). 3. PART III - PRESENT/PAST PERFORMANCE INFORMATION: The present/past performance information shall be recent and relevant information in demonstrating the offeror's ability to successfully perform the required effort. Only references for the same or similar type contracts desired. The past performance information shall consist of (1) Present/Past Performance Reference List and (2) Present/Past Performance Survey. (a) Present/Past Performance Reference List: The offeror shall prepare the Past Performance Reference List in the same format to Solicitation Attachment 4 and submit to 374 CONS/LGCBB, by either e-mail (tomoko.harashima.jp@us.af.mil) or FAX (042-530-3319 or 011-81-42-530-3319 from the United States), not later than 7 Sep 2012, 1400 hours, JST) to match the information of Past Performance Survey as required in below paragraph (b). The reference list shall contain one (1) contracts performed (on-going or completed) as prime contractor, subcontractor, joint ventures and/or teaming partners of the most relevant contracts (similar in scope, size and complexity) for US Government agencies, Government of Japan or its political subdivisions, or commercial customers within the last 3 years of this solicitation release date. See below for "Relevant Contracts." 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 reference on the reference list. (1) Name of contracting activity (e.g. Government Agency/Company name) (2) Point of Contact (POC), Contracting Officer and/or Contract Administrator's phone/FAX number, and e-mail address (if available) (3) Contract number and project title (4) Contract Type (e.g. Firm-Fixed Price, IDIQ, Requirements type) (5) Total contract value (6) Performance period (e.g. date/month/year through date/month/year) (7) Description of contract work performed (8) Contracting Officer's name and phone number (9) Government Inspector/commercial project manager and phone number (10) List of major subcontractors if applicable In addition, the offeror may provide information on problems encountered on the contracts identified above and corrective actions taken to resolve these problems. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Relevant Contracts. Submit information on contracts that you consider relevant in demonstrating your ability to perform the proposed effort. Include rationale supporting your assertion of relevance. Offerors are required to explain what aspects of the contracts are deemed relevant to the proposed effort, and to what aspects of the proposed effort they relate. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Relevant contracts (similar in scope, size and complexity) may include the work requirement(s) listed in Description of Services/General Information under the PWS, paragraph 1(Solicitation Attachment 2). (b) Present/Past Performance Survey: The Government requires the Present/Past Performance Information of the contracts identified in Present/Past Performance Reference List from each contracting activity or commercial activities. The offeror shall send out the Present/Past Performance Survey (See Solicitation Attachment 5) to respective Points of Contact (POCs) of contracting activity identified in Present/Past Performance Reference List. The responsibility to send out the Present/Past Performance Survey rests solely with the offeror - i.e., it shall not be delegated to any other entity. Once the Present/Past Performance Survey is completed by your POCs, the information contained therein shall be considered sensitive and shall not be releasable. Present/Past Performance Survey shall be sent directly back to 374 CONS/LGCBB from evaluating agencies/companies, not later than 7 Sep 2012, 1400 hours, JST by either e-mail (tomoko.harashima.jp@us.af.mil) FAX (042-530-3319 or 011-81-42-530-3319 from the United States). Offerors are responsible for ensuring that their reference sources receive the Present/Past Performance Survey in time to complete and return the Present/Past Performance Survey to 374th Contracting Squadron. No Present/Past Performance Survey will be accepted directly from the offeror being evaluated. The Government will evaluate the quality and extent of offeror's experience deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess experience. (c) 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. (d) Subcontractor Consent: Present/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. (e) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (1) Requirements of the solicitation (Item Numbers) and Performance-based Work Statement (PWS), and government standards and regulations pertaining to the PWS. (2) Evaluation Factors for Award. D. General Information (a) INFORMATION REGARDING SUBMISSION OF PROPOSAL: Hand carried proposals must be deposited in the bid depository located at 374th Contracting Squadron, Bldg 620, Yokota Air Base, Fussa-shi, Tokyo, 197-0001. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. (b) Offerors are cautioned that Yokota Air Base has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." (c) U.S. HOLIDAYS: The following U.S. Holidays are observed by this base: New Year's Day: 1 January Martin Luther King's Birthday: 3rd Monday in January Presidents Day: 3rd Monday in February Memorial Day: Last Monday in May Independence Day: 4 July Labor Day: 1st Monday in September Columbus Day: 2nd Monday in October Veterans Day: 11 November Thanksgiving Day: 4th Thursday in November Christmas Day: 25 December Note: No Japanese Holidays will be observed. Relevant Excerpt from Solicitation Provision FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: (1) PRICE (2) TECHNICAL (3) PRESENT/PAST PERFORMANCE (b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (c) 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. ADDENDA TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS: BASIS FOR CONTRACT AWARD: This is a competitive selection in which competing offerors will be evaluated on an integrated assessment of price, technical acceptability and present/past performance. The Government will award a contract to the lowest priced, technically acceptable offeror with acceptable past performance, who is responsible and whose proposal will provide the best value to the Government. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1, Instructions to Offerors--Commercial Items, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: A. Price Evaluation. Initially, offers shall be ranked according to evaluated prices, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. For award purposes, the total evaluated price for each offeror will be evaluated based on the total offered price for CLIN x001 (including the corresponding CLINs under Options) in accordance with FAR 52.217-9. The total of all CLINs is the total evaluated price and will be used to rank offers. Offered prices will be examined for reasonableness and a finding of unreasonableness shall constitute a basis for removing the offer from consideration for award. An offeror must therefore propose on all line items including Options. In order to meet the requirements of FAR Part 6 and Far Part 17, the price equivalent to the 6 months extension of services authorized by FAR 52.217-8 will be evaluated separately for every performance period, and will be factored as part of the total evaluated price for award. The Government will multiply the offeror's proposed Price by a quantity equivalent to 6 months for CLINs x001 including Options under FAR 52.217-9; in order to evaluate the extension of services authorized by FAR 52.217-8. B. Technical Acceptability. Next, the government technical evaluation team shall evaluate the technical proposals submitted by the lowest priced offeror on pass/fail basis, assigning a rating of Acceptable or Unacceptable. Technical acceptability defined as proof of the mandatory Education, Licensure, Certification and Experience (Resume) to the level as required in the PWS. Technical acceptability is acceptable when the offeror submits proof of the mandatory Education, Licensure, Certification and Experience (Resume) to the level as required in the solicitation. The offeror is requested to submit the followings. 1. Certificate of graduation of an approved nursing school and applicable Bachelors of Science in Nursing Degree from an accredited college. 2. Copy of valid, current, unrestricted state nursing license 3. Current Basic Life Support (BLS) certification. 4. Current Pediatric Advanced Life Support (PALS) certification 5. Resume (One years of post-graduate pediatric experience is required in at least one of the following settings: outpatient pediatric clinic, inpatient pediatrics, pediatric emergency room or urgent care.). A technical proposal which fails to provide copies of "ALL" the required Qualification Information shall be rated as "Unacceptable" and will not be considered for award. The proposals must "Pass" all of the Qualification Information requirements in order to be determined "Acceptable". There will be no point scores assigned, only "Pass" or "Fail" ratings. In order to be considered for award, there must be a "Pass" rating for every required Qualification Information. In addition, the Government will use the following technical acceptable/unacceptable ratings definitions when assigning technical overall ratings of Acceptable or Unacceptable. Rating Definition Acceptable Proposal clearly meets the minimum requirements of the solicitation Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation C. Past Performance Evaluation. Using Present/Past Performance Survey, the Government shall seek performance information on only the lowest priced, technically acceptable offeror based on (1) the Past Performance Reference List provided by the offerors and (2) Past Performance Survey independently obtained from governmental and commercial sources. Relevant present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. The purpose of the past performance evaluation is to allow the Government to assess the offeror's performance risk (i.e. the Government's judgment of the probability of an offeror successfully performing the effort described in this solicitation), based on the offeror's demonstrated present and past performance on relevant contract. The assessment processes will result in an overall past performance rating of Acceptable or Unacceptable 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. 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 reasonably 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." 1. Present/Past performance evaluation will be performed based on the following criteria: (a) Recency: Pass or Fail Evaluation. Each contract shall be confirmed whether the contract has been completed during the past three (3) years from this solicitation release date, or is currently in progress. (b) Relevancy: A relevancy determination of the offeror's present and past performance as prime contractor, subcontractor, joint ventures, and/or teaming partners will be made. A relevant contract is prescribed in the provision FAR 52.212-1, Instructions to Offerors--Commercial Items. 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, and may contribute to an overall higher relevancy score for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: 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. (c) Quality: The following Quality assessment rating is assigned based on the Quality Assessment Criteria on Present/Past Performance Survey (Solicitation Attachment 5) Quality Assessment Rating Description EXCEPTIONAL (E) During the contract period, contractor performance is meeting (or met) all contract requirements and consistently exceeding (or exceeded) many. Very few, if any, minor problems encountered. Contractor took immediate and effective corrective action. VERY GOOD (VG) During the contract period, contractor is meeting (or met) all contract requirements and consistently exceeding (or exceeded) some. Some minor problems encountered. Contractor took timely corrective action. SATISFACTORY (S) During the contract period, contractor performance is meeting (or met) all contract requirements. For any problems encountered, contractor took effective corrective action. MARGINAL (M) During the contract period, contractor performance is not meeting (or did not meet) some contract requirements. For problems encountered, corrective action appeared only marginally effective, not effective, or not fully implemented. Customer involvement was required. UNSATISFACTORY (U) During the contract period, contractor performance is failing (or fail) to meet most contract requirements. Serious problems encountered Corrective actions were either ineffective or non-existent. Extensive Customer oversight and involvement was required. NOT APPLICABLE (N) Unable to provide a rating. Contract did not include performance for this aspect. Do not know. (d) The following integrated past performance rating shall be assigned to the past performance evaluated offerors. 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. 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. D. If the lowest priced technically acceptable offeror is judged to have an "Acceptable" past performance rating and the offeror is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced technically acceptable offeror judged "Unacceptable" past performance rating, the offeror will be eliminated from consideration for award. The Government will then evaluate the next low offeror's technical and past performance standards of acceptability, and the process will continue (in order by price) until an offeror is judged to Acceptable technical capability and past performance or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. E. Offerors are cautioned to submit sufficient information and in the format specified in ADDENDA TO 52.212-1, Instructions to Offerors--Commercial Items, paragraph C. Offerors may be asked to clarify certain aspects of their proposal (for example, 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. Communication conducted to resolve minor or clerical errors will not constitute discussions. F. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) with Alternate 1 (Apr 2011): Offeror shall include a completed copy of the provision. (See Attachment 6) 9. The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2012) Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2012) (c) Changes. The text is deleted and replaced as follows: FAR 52.217-8, Option to Extend Services and FAR 52.217-9, Option to Extend the Term of the Contract have been added by addendum to this contract. In accordance with terms and conditions of the clause, the Contracting Officer may unilaterally exercise any option(s). All other changes to the terms and conditions of this contract shall be made only by written agreement of the parties. For Local Contractor (k) Taxes. The text is deleted and replaced as follows: (1) Unless otherwise provided in this contract, the contract price includes all applicable taxes and duties, except taxes and duties that the Government of the United States and the Government of Japan have agreed shall not be applicable to expenditures in Japan by or on behalf of the United States. (2) The Status of Forces Agreement between the Japan and the United States and implementing the Japanese laws authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Those taxes include (1) Consumption tax, (2) Gasoline tax and local road tax on gasoline, (3) Diesel oil tax, and (4) Liquefied petroleum gas tax. (3) The Contractor will submit requests for gasoline or diesel oil tax exemption certificate to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to support the accurate consumption of gasoline or diesel oil, or other necessary information and data as may be required. The Contracting Officer will issue to the Contractor a tax exemption certificate for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. (u) Conciliation. Except as otherwise provided in this contract, any disagreement arising under this contract which is not resolved by the parties to this contract may be submitted to the United States - Japan Joint Committee for conciliation in accordance with Paragraph 10, Article XVIII of the Status of Forces Agreement under Article VI of the Treaty of Mutual Cooperation and Security between Japan and the United States of America. Requests by the Contractor shall be made in accordance with the following procedures: (1) In the event the Contractor desires conciliation after the decision of the Contracting Officer has been served upon him, he will first file his appeal from such findings of fact with the appropriate authority in accordance with the clause of this contract entitled, "Disputes" and within the time limits described therein before filing a request for conciliation with the Joint Committee and then request the appellate authority under the "Disputes" clause to suspend its action on his appeal until such time as the Joint Committee has had an opportunity for effecting conciliation. (2) The request for conciliation will be submitted by the Contractor through the nearest Defense Facilities Administration Bureau, to the Contract Conciliation Panel of the Joint Committee. Upon the filing of the request with the Joint Committee, the Contractor will immediately notify the Contracting Officer in writing that the request for conciliation has been filed. (3) In the event the disagreement submitted to the Joint Committee under subparagraph (2) above has been resolved through conciliation, it will be the responsibility of the Contractor to notify the appellate authority designated in the clause of this contract entitled, "Disputes", of the settlement of the dispute and to withdraw his appeal. (4) In the event the Contractor has submitted a request for conciliation to the Joint Committee under subparagraph (2) above desires, notwithstanding tendency of his request for conciliation, that action by the appropriate authority under the clause of this contract entitled, "Disputes", be resumed on his appeal, it is his responsibility to so request the said authority in writing. The Joint Committee shall be immediately informed by the Contractor of his action taken hereunder. (5) No request for conciliation can be submitted to the Joint Committee in the case of a dispute upon which the final decision of the appropriate authority under the clause of this contract entitled, "Disputes", has been rendered. Pending the hearing of the conciliation panel, the Contractor shall proceed diligently with the performance of the contract in accordance with the Contracting Officer's decision. The provisions of this clause shall not prejudice any right which the parties to the contract may have to file in a civil suit. For U.S. Contractor (u) Contract to be Performed in Japan. The Status of Forces Agreement between the United States and Japan (SOFA) governs the rights and obligations of the United States armed forces in Japan. Unless a contractor is present in Japan solely to perform under a contract with the United States for the sole benefit of the United States armed forces in Japan and is accorded privileges under SOFA Article XIV, it and its employees shall be subject to all the laws and regulations of Japan. Certain contractor employees and their dependents not accorded privileges under SOFA Article XIV may be accorded privileges under SOFA Article I(b). Dependents of contractors or of contractor employees who receive SOFA Article XIV status do not receive status under SOFA Article XIV or SOFA Article I(b) based on their status as dependents. The Contractor shall comply with the instruction of the Contracting Officer concerning the entry of its employees, equipment, and supplies into Japan, and shall comply with all applicable Japanese laws and regulations as well as United States Forces Japan (USFJ) and USFJ component policies and regulations during the performance of this contract. (v) SOFA Article I(b) Status (1) SOFA Article I(b) status. Individuals including, but not limited to, technical advisors, consultants, entertainers serving under contracts with the United States for the provision of services in support of U.S. armed forces in Japan, and whose presence is required in Japan to provide such services, may acquire SOFA status in Japan as part of the civilian component under Article I(b) of the SOFA. Article I(b) does not create a lawful status in Japan for any entity other than individuals (e.g., the company employing the individual). To qualify for SOFA status under SOFA Article I(b), such individuals must be: (i) United States nationals, (ii) not ordinarily resident in Japan, (iii) present in Japan at the invitation of, and solely for the purpose of executing contracts with, the United States for the benefit of the United States armed forces, and (iv) not contractors or employees of a contractor whose presence in Japan is solely for the purpose of executing contracts within the definition of SOFA Article XIV. (2) SOFA Article I(b) procedures. Contractor personnel must obtain a Letter of Identification from Contracting Officer to authorize entry into Japan under SOFA Article I(b) and to identify which Article I(b) privileges and benefits will be provided to each employee/dependent. Contractor shall, in writing, identify all contractor personnel and accompanying dependents eligible for SOFA Article I(b) status to the Contracting Officer. (3) SOFA Article 1(b) privileges and benefits. Persons granted authority to enter Japan under SOFA Article I(b) and their dependents (defined as spouse, children under 21, and, if dependent for over half their support upon an individual having SOFA Article I(b) status, parents and children over 21) shall be accorded the following benefits of the SOFA. These privileges are personal to the employee/dependent and to not inure to the employer. (i) Access to and movement between facilities and areas in use by the United States armed forces and between such facilities and areas and the ports or airports of Japan as provided for in SOFA Article V, paragraph 2; (ii) Entry into Japan and exemption from Japanese laws and regulations on the registration and control of aliens as provided for in SOFA Article IX; (iii) Acceptance as valid by Japan, without a driving test or fee, a U.S. Forces, Japan Operator's Permit for Civilian Vehicle as provided for in SOFA Article X. Issuance of such permit shall be subject to applicable military regulation; (iv) Exemption from customs duties and other such charges on materials, supplies, and equipment which are to be incorporated into articles or facilities used by the United States armed forces furniture, household goods for private use imported by person when they first arrive to work in Japan, vehicles and parts imported for private use, and reasonable quantities of clothing and household goods for everyday private use which are mailed into Japan through United States military post offices as provided for in SOFA Article XI, paragraphs 2 and 3; (v) Exemption from the laws and regulations of Japan with respect to terms and conditions of employment as provided for in SOFA Article XII, paragraph 7, except that such exemption shall not apply to the employment of local nationals in Japan; (vi) Exemption from Japanese taxes to the Government of Japan or to any other taxing agency in Japan on income received as a result of their service with the United States armed forces as provided for in SOFA Article XIII. The provisions of Article XIII do not exempt such persons from payment of Japanese taxes on income derived from Japanese sources; (vii) If authorized by the installation commander or designee, the right to use Navy exchanges, post exchanges, base exchanges, commissaries, messes, social clubs, theaters, newspapers and other non-appropriated fund organizations regulated by United States military authorities as provided for in SOFA Article XV; (viii) The transmission into or outside of Japan of United States dollar or dollar instruments realized as a result of contract performance as provided for in SOFA Article XIX, paragraph 2; (ix) The use of postal facilities as provided for in SOFA Article XXI; (x) Exemption from taxation in Japan on the holding, use transfer by death, or transfer to person or agencies entitled to tax exemption under the SOFA, of movable property, tangible or intangible, the presence of which in Japan is due solely to the temporary presence of these persons in Japan, provided such exemption shall not apply to property held for the purpose of investment or the conduct of other business in Japan or to any intangible property registered in Japan. (xi) Japan authorities have the right to exercise jurisdiction over SOFA personnel in relation to offenses committed in Japan and punishable by the law of Japan. In those cases in which the Japanese authorities have the primary right to exercise jurisdiction but decide not to do so, the United States shall have the right to exercise such jurisdiction as is conferred on it by the law of the United States. (w) Logistic Support. Contractor, contractor personnel, and in the case of personnel granted SOFA Article I(b) status, dependents, shall, subject to availability as determined by the installation commander or designee, be provided logistic support including, but not limited to, the items below. (1) Base Exchange, including exchange service stations, theaters, and commissary (Article I(b) personnel/dependents and Article XIV personnel only); (2) Laundry and dry cleaning; (3) Military banking facilities (Article I(b) personnel/dependents and Article XIV personnel only); (4) Transient billeting facilities; (5) Open mess (club) membership, as determined by each respective club (Article I(b) personnel/dependents and Article XIV personnel only); (6) Casualty assistance (mortuary services) on a reimbursable basis; (7) Routine medical care on a reimbursable basis for U.S. citizens and emergency medical care on a reimbursable basis for non-U.S. citizens; (8) Dental care, limited to relief of emergencies on a reimbursable basis; (9) Department of Defense Dependent Schools on a space-available and tuition-paying basis; (10) Postal support, as authorized by military postal regulations (Article I(b) personnel/dependents and Article XIV personnel only); (11) Local recreation services on a space-available basis; (12) Issuance of U.S. Forces, Japan Operator's Permit (Article I(b) personnel/dependents and Article XIV personnel only); (13) Issuance of vehicle license plates (Article I(b) personnel/dependents and Article XIV personnel only). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (May 2012) Only the following FAR clauses in Paragraph (b) of FAR 52.212-5 are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note).FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (48), 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration Note: (28) thru (32) and (47) apply to the U.S. firm only. (48) applies to the local firm only. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration. FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 Months. (End of clause) 52.228-3 Worker's Compensation Insurance (Defense Base Act)(Apr 1984) 52.228-4 Worker's Compensation and War-Hazard Insurance Overseas (Apr 1984). 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) Offeror shall include a completed copy of the provision. (See Attachment 6) Addendum to DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) The following statement is included in this provision: The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2012) (a) 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (23) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (26) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (29)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). Defense Priorities and Allocation System (DPAS): None 1) Solicitation must be signed, dated and submitted by Ms. Tomoko Harashima tomoko.harashima.jp@us.af.mil Comm: 011-81-42552-3014 MAJ Michelle Lewis michelle.lewis.11@us.af.mil Comm: 011-81-31175-54763 2) Utilize Attachment 1, Pricing Schedule to submit your proposal to ensure a standard format of submissions. 3) Attachments: Attachment 1: Pricing Schedule Attachment 2: Performance-based Work Statement (PWS) Attachment 3: Quality Assurance Surveillance Plan (QASP) Attachment 4: Present/Past Performance Reference List Attachment 5: Present/Past Performance Survey Attachment 6: FAR 52.212-3 with Alternate I and DFARS 252.212-7000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA520912R8002/listing.html)
- Place of Performance
- Address: Yokota Air Base, Fussa-shi, 197-0001, Japan
- Record
- SN02857737-W 20120829/120828001458-f5a16128ba15626b1d79318d98eede1b (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 |