SOLICITATION NOTICE
U -- Embalming Training - PWS Embalming
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812210
— Funeral Homes and Funeral Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q3MT2199ae01
- Archive Date
- 10/9/2012
- Point of Contact
- Matthew Beatty, Phone: 3026774969, Francis E. Puangco, Phone: 3026772045
- E-Mail Address
-
matthew.beatty@us.af.mil, Francis.Puangco@us.af.mil
(matthew.beatty@us.af.mil, Francis.Puangco@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 is F1Q3MT2199AE01 and this solicitation is being issued as a Request For Quote. The Government intends to award a Firm Fixed Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-61 and Defense Acquisition Circular 20120906. This is a 100% set aside to small business. The North American Industry Classification System Code (NAICS) 812210, size standard $7.0 Million. The contractor shall provide the following services: 0001: Training/education on embalming and other mortuary techniques (Base year + 4 Option years.) Base Year: 1 Oct 2012-30 Sept 2013. Option 1: 1 Oct 2013-30 Sept 2014. Option 2: 1 Oct 2014-30 Sept 2015. Option 3: 1 Oct 2015-30 Sept 2016. Option 4: 1 Oct 2016-30 Sept 2017. **See Attachment 1, Performance Work Statement** **This requirement is currently unfunded. In the event that funding becomes available, the contract specialist will call to confirm prices before making award. Please make your prices good through 30 Sept 12.** Funds are not presently available for this requirement. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available. The solicitation and subsequent award for this acquisition contains the clause at FAR 52.217-8, Option to Extend Services. This option to extend the contract term is evaluated as part of the initial evaluation, so that any resultant exercise of this option is within scope of the pending contract. The inclusion of this clause provides up to six (6) months of continued performance when it is in the Government's best interest to continue performance after the end of the final contract performance period. I determine that I have evaluated FAR 52.217-8 and if conditions warrant the exercise of this option, the prices for the continued performance under this clause shall be at the same price(s) as the prior performance period. Based on my evaluation, I hereby determine that the price for this option, if exercised, is fair and reasonable and in the best interest of the US Government. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 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. The provision at 52.212-2, Evaluation - Commercial Items. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: 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___ [insert the period of time within which the Contracting Officer may exercise the option]. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _15__ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60___ days [60 days unless a different number of days is inserted] 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 ___5 Years________. (End of clause) 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, IAW FAR 52.107(b). Provision 52.212-1 Instruction to Offerors-Commercial Items Provision 52.212-3 Alt 1-Offeror Representations and Certifications-Commercial Items Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarment. 52.219-28, Post Award Business Program Representation, 52.222-36, Affirmative Action for Workers with Disabilities, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.232-18 Availability of Funds. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. 52.233-4, Applicable Law for Breach of Contract Claim Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-99, Sam Registration Clause 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. Clause 52.217-8, Option to Extend Services Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.242-15. Stop Work order Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004 Alt A, Central Contractor Registration Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023 Alt III, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 24 September 2012 at 16:00 hrs (4:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please contact the POC below by 24 September 2012. POC information: Matt Beatty, SrA, USAF 302-677-4969 Matthew.beatty@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3MT2199ae01/listing.html)
- Place of Performance
- Address: Dover AFB, Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN02888230-W 20120920/120919002213-796bf2ec06f2128bbc2295ef8719dec7 (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 |