SOLICITATION NOTICE
U -- Catholic Religious Education Coordinator (CREC) - Catholic Religious Education Coordinator (CREC)
- Notice Date
- 8/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- BB-14-035
- Archive Date
- 9/5/2014
- Point of Contact
- Patrick C. Enriquez, Phone: 7195567585, Christina D. Leary, Phone: 719-556-4886
- E-Mail Address
-
patrick.enriquez.1@us.af.mil, christina.leary@us.af.mil
(patrick.enriquez.1@us.af.mil, christina.leary@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Wage Derminations CO 2005-2079 Revisions 15 Attachment 3 - Additional Terms and Conditions Attachment 2 - Contractor Submittal Form Attachment 1 - Performance Work Statement (PWS) CREC RFQ (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) Solicitation BB-14-035, Catholic Religious Education Coordinator (CREC) is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. (iv) This acquisition is being procured as a 100% small business set-aside. The NAICS code for this requirement is 813110, Religious Organizations with a size standard of $7.5 million. A single award will be made as a result of evaluation of quotes received. Wage Determination CO 2005-2079 Revision 15 applies to this acquisition. (v) The required commercial services are outlined in Attachment 1, Performance Work Statement (PWS). The services required in the PWS are being procured for a base period and four option periods. Option periods will be exercised IAW FAR 52.217-9 "Option to Extend the Term of the Contract" and are subject to availability of funds. Following is a list of contract line item number(s) and items, quantities and units of measure. CLIN 0001 - Catholic Religious Education Coordinator (CREC) Base Period of Performance: 12 Months CLIN 1001 - Catholic Religious Education Coordinator (CREC) Option Period One: 12 Months CLIN 2001 - Catholic Religious Education Coordinator (CREC) Option Period Two: 12 Months CLIN 3001 - Catholic Religious Education Coordinator (CREC) Option Period Three: 12 Months CLIN 4001 - Catholic Religious Education Coordinator (CREC) Option Period Four: 12 Months (vi) DESCRIPTION: The contractor shall perform services in accordance with Attachment 1, PWS. (vii) The anticipated start date is 5 September 2014. Place of performance is Peterson AFB, CO. (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation. (b) A technical description shall describe the offeror's approach for meeting the technical evaluation factor identified in FAR 52.212-2. (ix) FAR 52.212-2 -- Evaluation -- Commercial Items (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. (B) Technical Capability Factor: Offeror shall sumit a technical capability statement demonstrating the offeror has a familiarity and understanding of religious education coordinator requirements and has the ablility to successfully fulfill ALL PWS requirements. The offeror shall also demonstrate they possess a minimum of two years experience working in similar religious education positions. Submission shall be a maximum of 4 pages. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (3) AWARD PROCESS: The Government will first evaluate all quotations for responsiveness and then on an acceptable or unacceptable basis to determine whether the quote meets the specifications defined in Factor 1: Technical Capability, paragraph B. Quotes will then be ranked according to price. The offeror who submits the lowest price and meets or exceeds the specifications defined in Factor 1: Technical Capability, paragraph B will receive the award. The award will be made to that offeror without further consideration of any other offerors. (b) Options. The Government will evaluate offer for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that the 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 the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition. Please see Attachment 2 for full text. Ensure all Representations and Certifications are updated in SAM. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. See Attachment 3 for full text. Additional terms and conditions apply to this solicitation and are found in Attachment 3 Terms and Conditions. (xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xiv) Attachment 2, Contractor Submittal Form, must be fully completed and submitted with the offeror's quote. Quotes are due via e-mail not later than 4:00 PM, MDT Thursday, 21 August 2014. If you have any questions, please submit them in writing not later than 4:00 PM, MDT Monday 18 August 2014. All quotes and questions (if applicable) should be submitted to 21cons.lgcbb@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xv) For additional information regarding this solicitation please contact Contract Specialist Patrick Enriquez, or the Contracting Officer Christina Leary at 21cons.lgcbb@us.af.mil. Ensure you reference the solicitation number in the Subject Line. CHRISTINA LEARY Contracting Officer Attachments: 4 1. PWS dated 30 July 2014 2. Contractor Submittal Form 3. Additional Terms and Conditions 4. Wage Determination CO 2005-2079 Revision 15
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/BB-14-035/listing.html)
- Place of Performance
- Address: 455 Vincent St, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Record
- SN03466161-W 20140816/140815000511-221f4bf835d6132c05481a1c409bd5b4 (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 |