SOLICITATION NOTICE
G -- Protestant Program Director - RFQ_PPD - Statement of Work_PPD
- Notice Date
- 11/29/2012
- 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
- F1H0H62265A001A
- Point of Contact
- Adam Steward, Phone: 530.634.3404, Kirk Wetherbee, Phone: 530.634.3407
- E-Mail Address
-
adam.steward@beale.af.mil, kirk.wetherbee@beale.af.mil
(adam.steward@beale.af.mil, kirk.wetherbee@beale.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) Protestant Program Director (PPD) Request for Quotation (RFQ) form_Protestant Program Director (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, F1H0H62265A001A, 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) 2005-62. 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 (PPD)-1 Jan 2013-30 Sep 2013 IAW Attached SOW - QTY 1,560 hours 1001- PPD (Option Year 1 of 2)-1 Oct 2013-30 Sep 2014 IAW Attached SOW - QTY 2,080 hours 2001- PPD (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; 52.252-5, 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 following factors shall be used to evaluate offers: (i) The level of an offeror's Technical Capability will be determined acceptable or unacceptable according to sub-factors 1, 2 & 3 below. If all sub-factors are determined acceptable by the Contracting Officer, then the offeror will be determined to have an acceptable level of Technical Capability: Sub-factor 1: PPD must possess a college degree (2 or 4 year program) from a regionally accredited university OR college of theology. Sub-factor 2: PPD 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: PPD must provide a résumé detailing a minimum of two (2) years experience as a Protestant Program Director in a church OR military chapel and showing experience as a practicing Christian for at least three (3) years. A minimum of three (3) references shall be provided. (ii) Price shall be evaluated by the Contracting Officer for fairness and reasonableness. Price shall include the base period and the two (2) option years, combined. Award will be made to the offeror with an acceptable level of Technical Capability who provides the lowest priced quotation, under the Lowest Price Technically Acceptable (LPTA) methodology. (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. (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; 52.222-36, Affirmative Action for Workers with Disabilities; 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; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). FAR 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 01263-Personnel Assistant (Employment) III-GS-6 $21.69 per hour + 36.25% est. for fringes (End of clause) 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; 52.223-10, Waste Reduction Program; 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; 5352.242-9000, Contractor Access to Air Force Installations; 5352.242-9000, Contractor Access to Air Force Installations [Deviation]. (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 21, 2012. All quotes must be sent to SSgt Adam Steward via e-mail @ adam.steward@beale.af.mil AND SSgt Kirk Wetherbee via email @ kirk.wetherbee@beale.af.mil. Please feel free to contact the following individuals for questions, concerns or clarifications: Adam Steward at (530) 634-3404/email adam.steward@beale.af.mil or Kirk Wetherbee at (530) 634-3407/email kirk.wetherbee@beale.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H0H62265A001A/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
- SN02939520-W 20121201/121129234836-2058bb247ffb2a2dd0eb025cdf029215 (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 |