SOLICITATION NOTICE
U -- Catholic Religious Education (RE) Coordinator - Attachment 2 - Performance Work Statement - Attachment 1 - CLIN Structure
- Notice Date
- 7/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- 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-0070
- Archive Date
- 8/28/2014
- Point of Contact
- Jan K. Christensen, Phone: 7193333587, Jerry B. Smith, Phone: 719338267
- E-Mail Address
-
jan.christensen@us.af.mil, jerry.smith.25@us.af.mil
(jan.christensen@us.af.mil, jerry.smith.25@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CLIN Structure for pricing and Service Provider information Performance Work Statement (PWS) The 10th Contracting Squadron, 8110 Industrial Blvd, USAF Academy, CO 80840 is contemplating an Award for a Catholic Religious Education (RE) Coordinator for a 1 year base period plus four (4) twelve month options. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (II) The solicitation reference number is FA7000-14-T-0070 (III) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-75 effective 24 Jun 2014. (IV) This acquisition is set-aside for Small Business under NAICS Code 813110. Business size standard for this NAICS is $7,500,000.00. (V) Contract Line Item Number(s) CLINS: PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE IN WHOLE DOLLARS ONLY! **SEE Attachment 1 for CLINS (VI) Description of requirements: This is acquisition being issued as a Request for Quotation (RFQ). Contractor will provide services in accordance with the Performance Work Statement (PWS) at Attachment 2. (VII) Place of performance is the Community Center Chapel, Building 5134, USAF Academy, CO and other locations as approved by the Wing Chaplain. Inspection/Acceptance will be performed by the Government. FOB: Destination (VIII) The provision at FAR 52.212-1 -- Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. Provisions and clauses can be viewed via the Internet at the FARSite, http://farsite.hill.af.mil. Addendum To FAR 52.212-1(c) Text in paragraph (c) is deleted and replaced with the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (End of Addendum) (IX) The provision at FAR 52.212-2 -- Evaluation-Commercial Items (Jan 1999), applies to this acquisition. (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: Qualifications (in accordance with the PWS and this solicitation) Interview Price Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. Contractors must provide a Resume with their quote which covers qualifications. Interviews will be scheduled after the quote closing date. 1) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) TO RECEIVE AN AWARD. The SAM webpage can be found at https://sam.gov. 2) DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (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) Price Evaluation. The Total Evaluated Price (TEP) will include consideration of pricing for the extension of services under FAR clause 52.217-8. The TEP will include the proposed unit price multiplied by the quantity for each Contract Line Item Number (CLIN) in each period of performance, plus 6 months of services at the proposed Unit Price (this will include the base period and all option periods, plus the potential 6 months extension for each period of performance). The extended amounts will be added together to determine the TEP. The unit price of the offeror’s proposal shall control any conflict between the unit price and the extended amount. Failure to propose for any item in the Price Schedule may cause the offeror’s proposal to be rejected as non-responsive. A price of $0.00 is considered priced, however should be addressed in the pricing narrative. A CLIN left blank is considered a failure to propose. Award will be made based on the CLIN prices quoted by the offeror initially or as a result of discussions, if conducted. The price evaluation will document the completeness, balance, and affordability (based on available government budget) of the quoted price. (d) 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) (X) Offerors must include with their quote a completed copy of the provisions at FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (May 2014), and FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), OR indicate this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. Subject provisions are available at http://farsite.hill.af.mil. (XI) The clause at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2014), applies. Addendum To FAR 52.212-4(c) Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriations data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). (End of Addendum) (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive--Orders Commercial Items (DEVIATION 2013-O0019) (Jan 2014) applies. (XIII) Clauses Incorporated By Reference and By Full Text (a) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JUN 2014 52.217-5 Evaluation Of Options JUL 1990 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A System for Award Management Alternate A MAR 2014 252.204-7011 Alternative Line Item Structure SEP 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 (b) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by full text: 52.217-8 -- 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 not later than 15 days prior to contract (task order) expiration. The price for extended services is based on the price of CLINS specified in the contract under the CLIN Schedule in effect when this option is exercised. The price for any period for which this option is exercised is determined as follows: CLIN price divided by number of months in performance period multiplied by the number of months for which service is being extended. Base period: CLIN 0001 1 Sep 2014 – 31 Aug 2015 Option 1: CLIN 1001 1 Sep 2015 – 31 Aug 2016 Option 2: CLIN 2001 1 Sep 2016 – 31 Aug 2017 Option 3: CLIN 3001 1 Sep 2017 – 31 Aug 2018 Option 4: CLIN 4001 1 Sep 2018 – 31 Aug 2019 (End of clause) FAR 52.217-9 -- Option To Extend The Term Of The Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor not later than 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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, 6 months. (End of Clause) FAR 52.252-1 -- Solicitation Provision Incorporated By Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. FAR 52.252-2 -- Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 252.232-7006 -- Wide Area Workflow Payment Instructions (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but not supportable by the Contractor's business systems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F4B4C0 (Destination) (Contracting Officer: Insert inspection and acceptance locations or “Not applicable”.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F67100 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC F4BFC0 Ship To Code F4BFC0 Service Approver (DoDAAC) F4BFC0 Service Acceptor (DoDAAC) F4BFC0 -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or “See schedule” if multiple ship to/acceptance locations apply, or “Not applicable.”) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system. jan.christensen@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. jan.christensen@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101-- OMBUDSMAN (NOV 2012) (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 interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) 5352.242-9000 -- Contractor Access To Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and refer to USAFA A-01 Contractor Access to USAFA Instruction to obtain a vehicle pass. Contractors must provide two acceptable forms of identification. Identification cards will be validated against information provided on the original USAFA Form 111. Identification must meet the requirements outlined by the Department of Homeland Security, U.S. Citizenship and Immigration Service, I-9 Form, Employment Eligibility Verification, List of Acceptable Documents. Other forms of identification will NOT be accepted (10 SFS/S5B, 333-3327). (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (e) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (NOV 2012) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (XIV) This action is not rated under the Defense Priorities and Allocations System (DPAS). (XV) QUOTES ARE DUE AT THE USAF Academy, CO NO LATER THAN 1:00 P.M. MST ON 13 AUG 2014. (XVI) Quotes are due: By email: jan.christensen@us.af.mil By mail: 10 CONS/LGCB Attn: Jan K. Christensen 8110 Industrial Drive USAF Academy, CO 80840 By fax: (719) 333-9075 Attn: Jan K. Christensen QUESTIONS AND POINTS OF CONTACT: Interested parties with questions by phone will be directed to submit questions in writing to the email address listed below. The point of contact for this acquisition is Jan K. Christensen: phone 719-333-3587; e-mail jan.christensen@us.af.mil. In the event this individual is not available, contact Jerry Smith, 719-333-8267; e-mail: jerry.smith25@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0070/listing.html)
- Place of Performance
- Address: USAF Academy, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03441147-W 20140731/140729234756-b4b4fc62e462a6590e14539ead6683a3 (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 |