Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
MODIFICATION

R -- Advisory & Assistance Services - Package #1 - Responses to Questions

Notice Date
6/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-14-T-0037
 
Response Due
6/20/2014 1:00:00 PM
 
Archive Date
6/4/2014
 
Point of Contact
Ms. Rebecca Graham, Phone: 719-333-3200, Mr. Londres Medranda, Phone: 719-333-6483
 
E-Mail Address
Rebecca.Graham.5@us.af.mil, Londres.Medranda@us.af.mil
(Rebecca.Graham.5@us.af.mil, Londres.Medranda@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 7 - Questions and Answers for FA7000-14-T-0037 dated 17 June as of 1530 Revised SF1449 (SF 30) GENERAL INFORMATION Document Type: Solicitation Solicitation Number: FA7000-14-T-0037 Posted Date: 3 June 2014 Acquisition: 100% 8(a) Small Business Set Aside NAICS Code: 541690 CONTRACTING OFFICE ADDRESS Department of the Air Force, Direct Reporting Units, USAF Academy - 10th Contracting Squadron, 10 CONS/LGCC, 8110 Industrial Drive, USAF Academy, CO, 80840 DESCRIPTION This is a solicitation for a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base plus two (2), one-year option periods for Advisory and Assistance Services (A&AS) at the United States Air Force Academy (USAFA). Contract Line Item Descriptions (CLINs) will be Firm-Fixed Price Labor and Cost Reimbursable Travel. Minimum Order Limit: The resulting contract awarded from issuance of this solicitation and evaluation of the offers assigns a minimum guarantee of $20,000.00 for the life of the contract. Maximum Order Limit: The maximum ceiling for the life of the contract is $6.5 million. It is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that only mailed copies of offerors' proposals will be accepted and shall be mailed to the following address: 10th Contracting Squadron, Attn: Mr. Londres Medranda and Ms. Rebecca Graham, 10 CONS/LGCC, 8110 Industrial Drive, USAF Academy, CO, 80840 Email copies of offerors proposals will not be accepted. Paper copies of documents will not be provided. Offerors must be registered with the System for Award Management (SAM) or may not be considered for award. Registration can be accomplished at https://www.sam.gov. As of 1 January 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Representation and Certification are to be accomplished at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 5352.201-9101 OMBUDSMAN (April 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 USAF Academy Ombudsmen: Kelly Snyder 8110 Industrial Dr. USAFA, CO 80840 Telephone number 719-333-2074 email: kelly.Snyder@us.af.mil 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) POINT OF CONTACT Questions should be addressed to the primary contact, Ms. Rebecca Graham, Contracting officer, 719-333-3200 Rebecca.Graham.5@us.af.mil or the alternate point of contact, Mr. Londres Medranda, Contracting Specialist, 719-333-6483 Londres.Medranda@us.af.mil. Email copies of offerors proposals will not be accepted. Only mailed copies of offeror's proposals will be accepted and shall be mailed to the following address: 10th Contracting Squadron, Attn: Mr. Londres Medranda and Ms. Rebecca Graham, 10 CONS/LGCC, 8110 Industrial Drive, USAF Academy, CO, 80840 Amendment 1: Post Solicitation onto Pre-Solicitation Notice Amendment 2: Post current Q&A as of 6 June 14 at 1330 AND post Attachment 2 spreadsheet with wider columns. Amendment 3: The purpose of this amendment is to corect a reference, add clarifying language, post questions received electronically and change the solicitation closing date, as follows: a. In the ddendum to FAR 52.212-1 of the solicitation, PAGE LIMITATIONS section, replace "Documentation provided in response to FAR 52.212-2(a)(2), Factor 2 Technical Subfactor 1(a) Measure of Merit will not be counted towards this page limitation" with "Documentation provided in response to FAR 52.212-2(a)(2), Factor 1 Technical, Subfactor 1 (1) Measure of Merit will not be counted towards this page limitation." b. In FAR 52.212-2 of the solicitation, Non-Price Evaluation Factors section, Factor 1-Technical, Subfactor 2, Measure of Merit, add the following language: "4) Stating the labor category hourly breakout(s), hourly fully burdened labor rate(s) for the proposed labor category(ies) and total proposed task order price." c. Answers to questions received electronically (Attachment 7) are hereby attached. d. The solicitation closing date has changed from 20 June 2014, 1 p.m. Mountain Daylight Time (MDT) to 23 June 2014, 5 p.m. Mountain Daylight Time (MDT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0037/listing.html)
 
Place of Performance
Address: United States Air Force Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03396887-W 20140619/140617234620-d68449aff36908eea4614d125f31fcab (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.