Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
SOLICITATION NOTICE

U -- Education Advisor Services - Wage Determination - PWS - AFI 36-2306

Notice Date
8/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C3414219A901
 
Archive Date
9/15/2014
 
Point of Contact
Amber M. San Gil, Phone: 6713664943, JoAnnelle Nededog-Flores, Phone: 6713664257
 
E-Mail Address
amber.sangil@us.af.mil, joannelle.nededog-flores@us.af.mil
(amber.sangil@us.af.mil, joannelle.nededog-flores@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFI 36-2306 PWS Wage Determination 05-2147 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #F1C3414219A901 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 611710 and the small business size standard is $14,000,000.00. The 36th Force Support Squadron's Education Center has a requirement for Education Advisor Services at Andersen Air Force Base, Guam. The contractor shall provide Education Advisor Services in accordance with the Performance Work Statement (PWS). CLIN Items are as follows: CLIN 0001 - Education Advisor Services - Base Year. 1866 HOURS. POP 15 Sep 2014 through 14 Sep 2015. The contractor must provide Education Support Services at Andersen Air Force Base in accordance with the attached PWS. CLIN 0002 (OPTION) - Education Advisor Services - Option Year. 1866 HOURS. POP 15 Sep 2015 through 14 Sep 2016. The contractor must provide Education Support Services at Andersen Air Force Base in accordance with the attached PWS. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with its addendum: ADDENDUM TO FAR 52.212-1: (a) The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and acknowledgement of solicitation amendments, if required. Quotes are not to exceed 10 pages in length, exclusive of resumes, letters of recommendations, certificates and offeror's representations and certifications. (b) Complete quote packages must be received no later than 5:00 p.m. Eastern Daylight Time, 31 August 2014, to 36 CONS/LGCB, Attn: Amber San Gil at amber.sangil@us.af.mil. Alternate POC is JoAnnelle Nededog-Flores, joannelle.nededog-flores@us.af.mil. (c) To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) separate parts; Part I - Price Quote, Part II - Technical. (d) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine price reasonableness. (e) Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (f) Specific Instructions: 1. PART I - PRICE QUOTE - Submit on company letterhead the unit price for each line item to include extended price with an overall total price including the base year and option year. The extended amount must equal the whole dollar unit price multiplied by the quantity. a. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at www.sam.gov. If not completed online, FAR 52.212-3 shall be completed in hard copy and submitted with quote. b. In accordance with FAR 52.212-4(t), System for Award Management (SAM) contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.sam.gov). c. Offerors shall provide a written statement that the offeror's quote incorporates all amendments to the solicitation (if applicable). d. Quotes must be firm-fixed price. 2. PART II- TECHNICAL INFORMATION - Offeror must submit the following information for technical evaluation: a. Written statement of evidence of the offeror's ability to perform the requirements of the PWS. b. Education transcripts and pertinent certificates as outlined in the qualifications section of the PWS. c. Employee Resume. d. One personal letter of recommendation. e. Two professional letters of recommendation. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition along with its addenda: 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. The following factors shall be used to evaluate offers: Price and Technical Acceptability. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. 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. ADDENDUM TO FAR 52.212-2: All responsible small business sources may submit a quote, which will be considered by the Government. Award will be made to the offeror with the lowest priced technically acceptable quote. ANDERSEN-002: BACKGROUND CHECKS FOR CONTRACTOR PERSONNEL REQUIRING ENTRY/ACCESS TO INSTALLATIONS/LOCATIONS Background Checks For Contractor Personnel Requiring Entry/Access To Andersen Air Force Base, Guam (28 Jun 2004) (A) Contractor and subcontractor personnel requiring entry/access to Andersen Air Force Base, Guam, shall be governed by the requirements of this clause. The below requirements and procedures are prerequisites to the issuance of any Government identification (i.e., pass/badge) or the registration of a privately owned or commercial vehicle and the issuance of a pass/decal. (B) Immediately upon contract award, but before starting performance, the contractor shall submit the following documentation for personnel who will be performing work as a result of an awarded contracting instrument (Contract, Delivery Order, Purchase Order, Etc.) to the Contracting Officer/Designee: (1) "Listing Of Personnel Requiring Access/Entry" (See Note 1). (2) Completed Consent Forms/Access Affidavit (See Note 2). (3) Favorable Criminal Background Histories (See Note 3). This documentation shall be submitted at least seven (7) calendar days prior to performance on the installation/location. (C) Subsequent to the contractor accomplishing (paragraph B), contractor personnel may report to the badge issuing activity (Visitors Control Center) and follow local installation/facility procedures to obtain identification passes/badges and vehicle passes/decals. (D) For contractor personnel to obtain entry to the installation/facility in order to request the issuance of Government identification (i.e., pass/badge) or to register a privately owned/commercial vehicle and obtain a vehicle pass/decal, the contractor personnel shall report to the installation/location entry control point (Visitors Control Center) and badge issuing activity with a photo identification issued by a federal/state activity. (E) To register a privately owned/commercial vehicle and obtain a vehicle pass/decal, contractor personnel shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (F) Contractor personnel shall follow local procedures for wearing and displaying Government-issued identification passes/badges, vehicle passes/decals, and contractor-issued identification. In general, all identification passes/badges and vehicle passes/decals shall at all times be prominently worn/displayed in a visible manner to Government personnel. (G) During the performance period of the contract, the contractor shall: (1) Provide written notification of any additions to the "Listing Of Personnel Requiring Entry/Access" and submit consent forms and criminal background histories for all new contractor personnel requiring entry/access to the contracting officer/designee. (2) Within seven (7) calendar days, provide written notification of deletions or changes to the contractor's "Listing Of Personnel Requiring Entry/Access" to the contracting officer/designee. The contractor shall return all Government-issued identification passes/badges and vehicle passes/decals to the badge-issuing agency not later than one (1) work day after retrieval from the employee and obtain a proof of return. The proof of badge return shall be provided to the contracting office for inclusion in the contract file. (3) Maintain a copy of all background checks for a 12-month period and ensure subsequently needed background checks are accomplished prior to the expiration of a 12-month period. (See note 3) (h) Given a reasonable cause, condition, or reason, this clause does not circumvent an installation/location commander's unilateral authority to deny or withdraw any individual's entry/access to an installation/location. (i) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with air force instructions 31-101, The Air Force Installation Security Program, and 31-501, Personnel Security Program Management, as applicable. (j) Contractor personnel/service providers are not covered by FAR 52.222-3, Convict Labor, for the purposes of entry/access to entry/access to installations/locations. Contractor personnel are covered by FAR 52.222-3 for the purposes of performance outside of installations/locations. (k) The contractor shall insert this clause in any subcontract where the subcontractor will require entry/access to the installation(s)/location(s) cited in the contract. Note 1: "Listing of Personnel Requiring Access/Entry." The contractor shall provide a "Listing of Personnel Requiring Entry/Access" to the contracting officer or the contracting officer's designee(s). Contact information for the contracting officer's designee follows: Mr. Paul Boyd. This listing shall be submitted on company letterhead and, as a minimum, contain the following data elements: - contract number. - work site(s) or location(s). - performance start and stop date(s). - work hours (typically 7:30am - 4:30pm, Monday-Friday) -as a minimum, the following information for contractor personnel requiring entry/access: full name, social security number (or other identification number), and installation(s)/location(s) to be accessed. No contractor personnel will be granted or authorized entry/access until identified on the "Listing of Personnel Requiring Entry/Access." Note 2: Consent Form. The consent form (see attachment 1) authorizes the air force to fingerprint contractor personnel and to conduct additional background checks. In general, the consent form will outline the following: (1) The contractor has briefed the contractor personnel for the purpose of the consent form. (2) The information on the form is collected in accordance with 50 U.S.C. 797 and DoDD 5200.8 that permits installation commanders to limit access to installations for security reasons. (3) Completion of the form is voluntary, however non-completion may preclude issuance of a base pass. (4) Agreement to provide a specimen of fingerprints, if/when requested. (5) Awareness of a list of "disqualifying factors" and/or access to the list. (6) Consent and authorization for the air force to conduct additional background screening and to compare fingerprints against state and federal criminal databases. (7) Knowing and willful false statements on the form can be punished by a fine or imprisonment, or both (10 U.S.C. 1001). (8) The consent form remains valid for not less than a 24-month period in summary, the consent forms authorize the Government to conduct additional background checks that may result in the identification of negative screening criteria (i.e., disqualifying factor(s)). If negative screening criteria is identified, the affected contractor personnel will be denied entry/access and the contracting officer/designee will notify the contractor. Furthermore, the contractor must immediately return all issued identification passes/badges and vehicle passes/decals to the badge-issuing office and obtain a proof of return. Note 3: Background checks. Each background check shall be considered "current" for a 12-month period and valid for all contracts performed within the 12-month period of currency. Contractors must conduct background checks every 12 months to ensure no lapse in background check coverage. This requirement does not apply to contractor personnel who have a favorable Government personnel security background investigation that is valid for a period longer than 1 year. Contractor personnel who have a current, favorable Government personnel security background investigation that is electronically accessible and immediately verifiable by the Government within the joint personnel adjudication system (JPAS) are not required to obtain an additional background check for the purposes of complying with this clause (i.e., existing current, favorable security background investigations may be used in lieu of the requirements of this clause). (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 within 15 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 24 months. (End of Clause) AFFARS 5352.201-9101 Ombudsman 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 ombudsman, CMSgt Gene L. Eastman, AFICA Superintendent, AFICA/KH, telephone number 808-449-8569. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA 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. THE ADDITIONAL FAR/DFARS/AFFARS CLAUSES AND PROVISIONS APPLY TO THIS SOLICITATION. Full text of clauses/provisions can be obtained at http:farsite/hill.af.mil/: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; FAR 52.222-41, Service Contract Labor Standards, FAR 52.222-42 Statement of Equivalent Hires. The Wage Determination No. 2005-2147 Revision No.: 16 dated 07/25/2014 is applicable to this solicitation and provided as an attachment. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. ATTACHMENTS: 1. Performance Work Statement dated 15 Aug 2014 2. Wage Determination 3. AFI 36-2306
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3414219A901/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Guam, Guam, United States
 
Record
SN03469972-W 20140820/140819000458-649fa9a9ac6668bd034cb6ff6e5dfa7d (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.