Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

G -- Catholic Parish/Religious Education Coordinator - Package #1 - Wage Determination

Notice Date
7/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D0A13156A006
 
Archive Date
9/7/2013
 
Point of Contact
Stephen Y. Kwak, Phone: 8056066716, Suzette E. G. San Juan, Phone: 8056062515
 
E-Mail Address
stephen.kwak@us.af.mil, suzette.sanjuan@us.af.mil
(stephen.kwak@us.af.mil, suzette.sanjuan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 combined synopsis/solicitation is issued as a request for quote (RFQ) #F4D0A13156A006. Submit written offers - Oral offers will not be accepted. All firms or individuals responding must be registered with the System Award Management (SAM) (https://www.sam.gov), formerly known as Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 and DFARS DPN 20130710. This procurement is being issued as a small business set-aside under North American Industrial Classification Standard (NAICS) 813110 with a Size Standard of $7.0 Million. Project Number: F4D0A13156A006 Project Title: Catholic Parish/Religion Education Coordinator 1. Please see attached Statement of Work (SOW) for detailed description of required duties. 2. Résumé with relevant work experience must be submitted with quote. 3. Period of Performance: Base-year: 17 September 2013 - 30 September 2014 OY1: 01 October 2014 - 30 September 2015 OY2: 01 October 2015 - 30 September 2016 OY3: 01 October 2016 - 30 September 2017 4. Quote shall be valid until 29 August 2013. 5. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs: CLIN 0001 Catholic Parish Coordinator CLIN 1001 Catholic Parish Coordinator Option Year One CLIN 2001 Catholic Parish Coordinator Option Year Two CLIN 3001 Catholic Parish Coordinator Option Year Three Services, non-personal: Contractor to furnish all labor, tools, parts, materials, facilities, transportation and supervision necessary to Airman Ministry Coordinator services in accordance with attached SOW. The following Provisions and Clauses apply to this award: FAR 52.204-7: Central Contractor Registration FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Award FAR 52.204-13: Central Contractor Registration Maintenance FAR 52.212-1: Instructions to Offerors - Commercial Items FAR 52.212-2: Evaluation - Commercial Items. The following factors shall be used to evaluate offers: past performance, price, and best value. FAR 52.212-4: Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Dev): Contract Terms and Conditions Required To Implement Statutes Or Executive Orders FAR 52.217-8: Option to Extend Services a. The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 4 years. FAR 52.217-9: Option to Extend the Term of the Contract FAR 52.219-6: Notice Of Total Small Business Set-Aside FAR 52.219-28: Post Award Small Business Program Representative FAR 52.222-3: Convict Labor FAR 52.222-21: Prohibition of Segregated Facility FAR 52.222-26: Equal Opportunity FAR 52.222-36: Affirmative Action for Workers with Disabilities FAR 52.222-41: Service Contract Act of 1965 FAR 52.222-42: Statement of Equivalent Rates for Federal Hires. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class GS/WG Equivalent Monetary Wage Fringe Benefits Recreation Specialist GS-7 $21.39 $7.75 FAR 52.222-50 Combat Trafficking in Persons FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.223-18: Contractor Policy to Ban Text Messaging While Driving FAR 52.232-18: Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer, CCR FAR 52.233-3: Protest After Award FAR 52.233-4: Applicable Law for Breach of Contract Claim FAR 52.237-2: Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-15: Stop-Work Order FAR 52.252-2: Clauses Incorporated by Reference (view clauses at): http://farsite.hill.af.mil/ FAR 52.252-6: Authorized Deviations in Clauses FAR 252.203-7000: Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003: Control of Government Work Product DFARS 252.204-7004, Alternate A: Alternate, Central Contractor Registration DFARS 252.204-7006: Billing Instructions DFARS 252.212-7001 Dev.: Contract Terms and Condition Required to Implement Statutes or Executive Orders Applicable to Defense of Commercial Items DFARS 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.223-7008: Prohibition of Hexavalent Chromium DFARS 252.232-7003: Electronic Submission of Payment Requests DFARS 252.232-7006: Wide Area Workflow Instructions DFARS 252.232-7010: Levies on Contract Payments AFFARS 5352.201-9101: Ombudsman AFFARS 5352.223-9001: Health and Safety on Government Installations AFFARS 5352.242-9000: Contractor Access to Air Force Installations All potential offerors are reminded that compliance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration, and Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004 Alternate A, Central Contractor Registration, is mandatory. Registration is accomplished via the System for Award Management (SAM) at https:\\www.sam.gov. Lack of registration in SAM will make an offeror ineligible for contract award. All quotes should be good for 30 days from date of submission. Quotes must be sent to Stephen Kwak at stephen.kwak@us.af.mil no later than 4:00 PM PST on 23 August 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D0A13156A006/listing.html)
 
Place of Performance
Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN03132997-W 20130802/130731235844-7ac34802c9b730aa149eea9539229a23 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.