Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
SOLICITATION NOTICE

B -- Personnel/Manpower Consultant - Exhibit A - CDRLs - Attachment 1 - Attachment 2 - Exhibit B - DIDs

Notice Date
8/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2486-14-R-0271
 
Archive Date
9/10/2014
 
Point of Contact
Jonathan A. Heitkam, Phone: 5755721245, Elesha J. Gentry, Phone: 575-572-1244
 
E-Mail Address
jonathan.heitkam.2@us.af.mil, elesha.gentry@us.af.mil
(jonathan.heitkam.2@us.af.mil, elesha.gentry@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibit B - Data Item Description Attachment 2 - 96 TG HRC PWS Attachment 1 - CDRL Instructions Exhibit A - CDRL 000A - Status Report This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 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 used. FA2486-14-R-0271 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and DFARS DPN 20140805. Federal Supply Class/Service (FSC) Code is B550, Special Studies/Analysis-Organization/Administrative/Personnel. The NAICS is 541611, Administrative Management and General Management Consulting Services. The Small Business Size Standard is $15M. This acquisition is 100% Small Business Set-Aside. One award to one contractor is anticipated. NOTE: The Contracting Office for this procurement is geographically located at Holloman AFB, New Mexico. All correspondence and USPS mailed submissions should be sent to the Contracting Officer, Jonathan Heitkam, at the following address: 96 TG/PK (AFTC-PZZC) Attn: Jonathan Heitkam PO BOX 2308 Holloman AFB, NM 88330 Any items hand delivered should be sent to: 96 TG/PK (AFTC/PZZC) Attn: Jonathan Heitkam 872 DeZonia Rd Bldg 1088 Holloman AFB, NM 88330 Electronic submission may be e-mailed to: jonathan.heitkam.2@us.af.mil The 96 Test Group (96 TG) at Holloman AFB, NM, has a requirement for non-personal services to provide consulting services on staffing issues to included personnel and manpower. The attached PWS (Attachment 2) provides a description of the requested services and support. The basic award is anticipated for six (6) months and two options of three (3) months each. Basic Period 0001 __________ per month X 6 months = ____________ Noun: SERVICE, CONSULTANT, PERSONNEL AND MANPOWER DD1423 is Exhibit: A Contract type: J - FIRM FIXED PRICE Start Date: ASREQ Completion Date: ASREQ Descriptive Data: Services, Consultant, Personnel and Manpower Awardee shall perform services in accordance with the attached PWS, Attachment 2. Period of performance shall begin no later than 29 Sep 2014 and continue for six (6) month. Option 1 0002 OPTION CLIN __________ per month X 3 months = ___________ Noun: SERVICE, CONSULTANT, PERSONNEL AND MANPOWER (OPT 1) DD1423 is Exhibit: A Descriptive Data: Option 1 Services, Consultant, Personnel and Manpower Awardee shall perform services in accordance with the attached PWS, Attachment 2. The period of performance shall be for 3 months from the end of the basic period of performance. Option 2 0003 OPTION CLIN _________per month X 3 months = ___________ Noun: SERVICE, CONSULTANT, PERSONNEL AND MANPOWER (OPT 1) DD1423 is Exhibit: A Descriptive Data: Option 2 Services, Consultant, Personnel and Manpower Awardee shall perform services in accordance with the attached PWS, Attachment 2. The period of performance shall be for 3 months from the end of the first option's period of performance. END OF CLINS EVALUATION Award will be made to the Lowest Priced Technically Acceptable (LPTA) offer that is most advantageous to the Government. Technical acceptability will be based on the offerors ability to meet all minimum requirements identified in the PWS. Performance start shall be no later than 29 September 2014. Earlier start dates will be accepted, but will not be considered more important than technical acceptability or price. Proposals shall include the following: 1. Technical Proposal (Not to exceed 5 pages) a. Resume(s) of proposed personnel meeting requirements of PWS Paragraph 3 b. Management Plan including management contract information and proposed work schedule and clearance 2. Pricing information (Not to exceed 3 pages) a. Monthly prices based on proposed work schedule b. Hourly rates c. Any supporting cost and pricing data (G&A, Fringe, etc) The Government is not required to review any information provide beyond the page limits stated above. Any proposals that do not provide the required information withing the page limits may be determined technically unacceptable. Technical Proposals will be evaluated on the following criteria: 1. Resume of proposed personnel meeting qualifications in Paragraph 3 of the PWS. 2. Personnel must be in place no later than 29 Sep 2014. 3. Work schedule fits with the "Core Hours" and on-site 16-20 hours each week 4. Personnel must have appropriat clearance prior to starting performance. Proposals not meeting the requirements listed above will be determined unacceptable. Interested contractor can access clauses and provisions by internet at URL - http://farsite.hill.af.mil Online representations and certifications must be completed through System for Award Management (SAM) by internet at URL - www.sam.gov The following provisions and clauses apply: 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 address: http://farsite.hill.af.mil 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 1. FAR 52.212-04 ADDENDUM TO CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (May 2014) 52.212-4, Contract Terms and Conditions -- Commercial Items is hereby tailored as follows: (a) The place of inspection, acceptance, and FOB is Destination. 796 Test Support Squadron 872 DeZonia Rd Bldg 1085 Holloman AFB, NM 88330 2. FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jun 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-06, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed For Debarment (Aug 2013) (31 U.S.C. 6101 note). (12) 52.219-04, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer.) (15 U.S.C. 657a). (14) (i) 52.219-6, Notice Of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-03, Convict Labor (June 2003)(E.O. 11755). (29) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (42) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011). (46) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class Monetary Wage - Fringe Benefits GS - 11, $27.78/hr (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (May 2014)(29 U.S.C.206 and 41 U.S.C. chapter 67). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 3. FAR 52.217-08 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 the period specified in the Schedule. 4. FAR 52.217-09 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 within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 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 1 year. 5. FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (Dec 2013) 6. DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Sep 2011) 7. DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (Nov 2013) 8. DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (Jun 2012) 9. DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (Dec 2006) 10. DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (Jun 2013) 11. DFARS 252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION - FIXED PRICE (Apr 2012) 12. DFARS 252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL - FIXED PRICE (May 2013) 13. DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA - BASIC (Apr 2014) 14. AF 5352.201-9101 OMBUDSMAN (Apr 2014) (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 ombudsman, Col Evan Dertien, 1 South Rosamond Blvd, Edwards, AFB, CA 93524, 661-277-2810. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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. Provisions: 1. FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Apr 2014) 2. FAR 52.212-02 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) Technical capability to meet the Government requirement (ii) Price Technical and past performance, when combined, are equal to price. (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. 3. FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (May 2014) 4. FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (May 2014), Alternate I, (May 2014) 5. FAR 52.217-05 EVALUATION OF OPTIONS (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 6. DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Nov 2011) 7. DFARS 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (Sep 2011) 8. DFARS 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW - FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION) (Feb 2014) 9. DFARS 252.209-7996 REPRESENTATION BY CORPORATIONS REGARDING A FELONY CONVICTION UNDER ANY FEDERAL LAW--DOD MILITARY CONSTRUCTION APPROPRIATIONS (DEVIATION) (Jan 2013) 10. DFARS 252.215-7007 NOTICE OF INTENT TO RESOLICIT (Jun 2012) This solicitation provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. 11. DFARS 252.215-7008 ONLY ONE OFFER (Oct 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2bc0a553169f09dd3e9cbfb23d34329)
 
Place of Performance
Address: 796 Test Support Squadron (796 TSS), 872 DeZonia Rd, Bldg 1085, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN03462160-W 20140814/140813022624-c2bc0a553169f09dd3e9cbfb23d34329 (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.