SOLICITATION NOTICE
R -- Administrative Assistant to the Wing Chaplain - PWS, Bid Schedule, WD 05-3033
- Notice Date
- 7/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2F0013168A001
- Archive Date
- 9/14/2013
- Point of Contact
- Gwendolyn F Lewis, Phone: 850-884-3269, Randal C. Kyllo, Phone: 8508847685
- E-Mail Address
-
gwendolyn.lewis@hurlburt.af.mil, randal.kyllo@hurlburt.af.mil
(gwendolyn.lewis@hurlburt.af.mil, randal.kyllo@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- WD 05-3033(Rev.-13) Bid Schedule PWS 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2F0013168A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68, effective 26 June 2013. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 561110, and Standard Industrial Classification (SIC) code 8741. The Size Standard for NAICS 561110 is $7M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLINs) 0001, 1001, 2001, 3001, and 4001 Administrative Assistant to the Wing Chaplain as defined in the Statement of Work. This requirement is for a base period of one (1) year with four (4) one-year option periods (12 Months each). Pricing for CLINs 0001, 1001, 2001, 3001, and 4001 shall be submitted by the offeror and the aggregate value of all CLINs shall be used for the price evaluation. See attached Statement of Work for full description of the requirement. Delivery Terms are FOB Destination for delivery to 1st Special Operation Wing/Chapel, 210 Cody Ave, Hurlburt Field, Florida 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Mrs. Gwendolyn F. Lewis, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 30 August 2013, 4:30 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F0013168A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The Government will award a Firm Fixed Price contract to the technically-acceptable and responsible offeror with the lowest priced offer. Technical acceptability will be determined by a review of items 1 and 2 below which must be submitted with the contractor's offer: 1. A Resume for the individual to be performing services on this requirement. - Shall have two (2) years' experience as a Chapel Administrative Assistant - Shall include two (2) work-related references. 2. A signed Statement of Understanding IAW PWS paragraph 1.3.1.2. stating the individual has no derogatory information which will preclude them from passing a background security check I. e. criminal convictions. Failure to provide all required information for the specific contract employee who will provide the services shall render the offeror not tecnhnically acceptable and ineligible for award. Subsequently, if information is submitted for a contract employee but the contract employee is not able to take the position upon or after award, the contractor shall be considered not technically acceptable and ineligible for award and the award shall not be made to the contractor or the award terminated. 3. A completed Offer Schedule (attachment c) The offeror shall also provide: their CAGE and DUNS with their offer. The offeror shall be determined technically acceptable and available for consideration of award only if items 1 and 2 above are received with the offer and the minimum qualifications are met. Unless the Governmentwide Purchase Card (GPC) is the planned method of payment, the prospective contractors are not required to be registered in the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/ (formerly CCR) prior to award; Prospective contractors must be registered in SAM prior to submitting invoices. Processing time for registration in SAM normally takes five business days. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.acquisition.gov or by calling 866-606-8220 or 334-206-7828 for international calls. CAGE codes are still required prior to award. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2013) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) also apply to this Request for Proposal. The individual provisions/clauses below which are included in FAR 52.212-5 and have been identified by the Contracting Officer as applicable to this solicitation are listed here: The following FARs, DFARs and AFFARs Provisions and Clauses apply to this solicitation and are incorporated by reference: 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). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). Alternate I (Nov 2011). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222- 41, Service Contract Actof 1965. (Nov 2007) 52.222- 42, Statement of Equivalent Rates Federal Hires. (May 1989) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple year and Option Contracts). (Sep 2009) 52.203-3 -- Gratuities. 52.204-7 - Central Contractor Registration 52.217-5 -- Evaluation of Options. 52.217-8 -- Option to Extend Services (Nov 1999) 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 30 days. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by writtennotice 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 (5) years. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: 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 Administrative Assistant GS-6 $17.64 (End of Clause) 52.222-50 --Combating Trafficking in Persons. 52.227-1 -- Authorization and Consent 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement 52.232-18 --Availability of Funds.(If using Funds from next FY) 52.232-23 --Assignment of Claims 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim. 252.203-7000--Requirements Relating to Compensation of Former DoD Officials 252.203-7002--Requirement to Inform Employees of Whistleblower Rights 252.203-7003--Agency Office of the Inspector General 252.203-7005--Representation Relating to Compensation of Former DoD Officials. 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.223-7006 --Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 -- Wide Area WorkFlow Payment Instructions. See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, 2013. This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS 252.232-7006. This deviation remains in effect until September 30, 2014. 252.243-7001--Pricing of Contract modifications This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) shall be incorporated in any resultant award. FAR 52.212-3, Offeror Representations and Certifications (Dec 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://www.sam.gov). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). 52.232-18--Availability of Funds (Apr 1984) Funds are not presently available for this contract. 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 the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) 5352.201-9101 OMBUDSMAN (APR 2010) OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Lt Col Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) in performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) Additionally, the offeror shall comply with the DFARS clause 252.247-7023, Transportation of Supplies by Sea, Alt III (May 2002). Point of contact is Gwendolyn Lewis, Contract Specialist, Phone (850) 884-3268, email: gwendolyn.lewis@hurlburt.af.mil; Mr. David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Performance Work Statement, dated 29 May 2013 b. DOL -2005-3033 (Rev. 13), dated 19 June 2013 c. Offer Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F0013168A001 /listing.html)
- Place of Performance
- Address: Hurlburt Field, Hurlburt Field AB, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN03133547-W 20130802/130801000356-175b96d99faaa70a2274d6f722100aff (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 |