SOLICITATION NOTICE
G -- Protestant Program Director - Request for Quotation (RFQ)_PPD - Statement of Work (SOW) Protestant Program Director (PPD) - Interview Questions_PPD
- Notice Date
- 11/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- F1H0H62265A001
- Archive Date
- 12/29/2012
- Point of Contact
- Kirk Wetherbee, Phone: 530.634.3407, Adam Steward, Phone: 530.634.3404
- E-Mail Address
-
kirk.wetherbee@beale.af.mil, adam.steward@beale.af.mil
(kirk.wetherbee@beale.af.mil, adam.steward@beale.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Interview Questions_PPD Statement of Work (SOW) Protestant Program Director (PPD) Request for Quotation (RFQ)_PPD This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1H0H62265A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. This procurement is a Total Small Business set-aside IAW FAR Part 6 and Subpart 19.5. The North American Industry Classification code for this procurement is 813110. The small business size standard for this procurement is $7M annual revenue. The Standard Industry Code is 8661. The SCA Wage Determination locality for this procurement is Yuba County, California (Wage Determination No.: 2005-2055/Revision No.: 14/Date of Revision: 06/13/2012) Wage determinations can be found at www.wdol.gov. The following commercial items/services are requested in this solicitation: 0001- Protestant Program Director-1 Jan 2013-30 Sep 2013 IAW Attached SOW - QTY 1,560 hours 1001- Protestant Program Director (Option Year 1 of 2)-1 Oct 2013-30 Sep 2014 IAW Attached SOW - QTY 2,080 hours 2001- Protestant Program Director (Option Year 2 of 2)-1 Oct 2014-30 Sep 2015 IAW Attached SOW - QTY 2,080 hours The following provisions apply to this solicitation and any resulting contract documents: FAR 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.217-5, Evaluation of Options; 52.219-1, Small Business Program Representations; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-3, Alterations in Solicitation; 52.252-5, Authorized Deviations in Provisions 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, price and other factors considered. The Lowest Price Technically Acceptable (LPTA) methodology will be used to evaluate quotes. Award will be made to the offeror with an acceptable level of Technical Capability who provides the lowest priced quote: (i) Price shall be evaluated by the Contracting Officer for fair and reasonableness. Price shall include the base period and the two (2) option years, combined. The initial evaluation pool will be comprised of the lowest three (3) offers. A technical evaluation will be conducted on the lowest three (3) offers. If at least three (3) offers are not found technically acceptable, evaluation of the next lowest offeror(s) will be conducted until three (3) technically acceptable offers have been identified and evaluated. Award will be made to the offeror with an acceptable level of Technical Capability who provides the lowest priced quote. (ii) The level of an offeror's Technical Capability will be determined acceptable or unacceptable according to subfactors 1, 2, 3 and 4 below. If all 4 subfactors are determined acceptable, then the offeror will be determined to have an acceptable level of Technical Capability. Sub-factor 1: Must possess college degree (2 or 4 year program) from a regionally accredited university or college of theology. Sub-factor 2: Must possess a license to preach or Ordination papers from a recognized denomination in order to preach at least once a month. Sub-factor 3: Résumé detailing a minimum of 2 years experience as a Protestant Program Director in a local church or military chapel and showing experience as a practicing Christian for at least 3 years. A minimum of three (3) references shall be provided by candidate (recent pastor, professional and personal). Résumé and References must not total more than two (2) single-sided pages (8 ½ x 11" paper/12 point legible font). Sub-factor 4: Candidate shall interview (in-person or by telephone) with a panel organized by the Wing or Deputy Wing Chaplain. (End of Provision) The following clauses apply to this solicitation and resultant contract: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. These additional FAR clauses cited within the clause at 52.212-5 are applicable to this acquisition: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following clauses also apply to this solicitation and resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-99 (Dev), System for Award Management Registration (Deviation); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [Deviation]; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-6, Drug-Free Workplace; 52.223-10, Waste Reduction Program; 52.223-19, Compliance with Environmental Management Systems; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.232-1, Payments; 52.232-8, Discounts for Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; AFFARS 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations; 5352.242-9000, Contractor Access to Air Force Installations [Deviation]; 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel. (End of Clauses) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. In addition, the following addendum applies: Offerors shall submit their quote on the RFQ sheet provided in the solicitation and complete all information requested on the quote sheet. The Government will NOT accept incomplete quotations. The Government reserves the right to award on a multiple award or an all or none basis. Offerors must be registered in the Central Contractor Registration database @ www.sam.gov to be considered for award. Quotes must be received no later than 10:00 AM PST, Friday, December 14, 2012. All quotes must be sent to Kirk Wetherbee via e-mail @ kirk.wetherbee@beale.af.mil and Adam Steward via e-mail @ adam.steward@beale.af.mil. Please feel free to contact the following individuals for questions, concerns or clarifications: Kirk Wetherbee at (530) 634-3407/email kirk.wetherbee@beale.af.mil or Adam Steward at (530) 634-3404/email adam.steward@beale.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H0H62265A001/listing.html)
- Place of Performance
- Address: 9 RW/HC, Foothills/Valley Chapel, Beale AFB, California, 95903-1712, United States
- Zip Code: 95903-1712
- Zip Code: 95903-1712
- Record
- SN02931171-W 20121117/121115234428-d16df19f2d26a5b16c4bc43db8264883 (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 |