Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2014 FBO #4682
SOLICITATION NOTICE

U -- PROTESTANT RELIGIOUS EDUCATION SERVICES - Performance Work Statement (PWS)

Notice Date
9/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-14-T-0011
 
Archive Date
10/9/2014
 
Point of Contact
Mary I. Cowen, , Dalice Va,
 
E-Mail Address
mary.cowen@us.af.mil, dalice.va@us.af.mil
(mary.cowen@us.af.mil, dalice.va@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DoL Wage Determination WD 05-2047 -Rev-14. (06-25-2013) Performance Work Statement (PWS) U.S. DEPARTMENT OF DEFENSE U.S. AIR FORCE-SMC/PKE REQUEST FOR QUOTE A. GENERAL INFORMATION The Space and Missile Systems Center (SMC), 61st ABW/HC has a requirement for new Protestant Religious Education Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. Solicitation FA2816-14-T-0011 is issued as a "Request for Quote". This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-61, Defense Circular Number 20120906, and Air Force Acquisition Circular 2012-0330. Award will be made to the contractor who meets the indicated specifications in addition to the attached Performance Work Statement (PWS) of this solicitation in accordance to guidance from the Department of Labor, Wage Determination List (Service Act of 1965 - (SCA). The proposal evaluation will be based on the Lowest Price Technically Accepted (LPTA) criterion which includes price and the technical criteria. In the technical criteria please submit the following: - A resume - A recommendation letter from their current/former pastor - A statement faith, indicating their belief system and adherence to the Protestant Christian Faith - Submit proof of at least 3 years' experience in teaching/leading Christian Education Programs - Proof of recent experience working with military chaplains and military chapels - Proof of experience in leading/coordinating Vacation Bible School Programs. - Contractor must be willing to submit to an interview This proposed contract is being considered as a set-aside under the small business set-aside program. The NAICS Code is 813110 and the Size Standard $7.5M. The government is interested in all small businesses that are interested in performing this requirement. This procurement will be awarded under Simplified Acquisition Procedures utilizing FAR 13.5 Test Program for Certain Commercial Items. A Firm Fixed Price award will be made in accordance with the tentative schedule described in the description section of this solicitation. 1. DESCRIPTION/QTY: The service consist of the purchase of Protestant Religious Education services to perform all Worship service and Administrative tasks and functions for The Los Angeles AFB (LAAFB) as defined in this Performance Work Statement (PWS). LAAFB includes Fort MacArthur, Pacific Heights and Pacific Crest located in the city of San Pedro. The quantity of this requirement will consist in a base year following with four 1-year options as indicated in the below estimated schedule: a) Base Year contract: - Period of Performance (PoP): 30 September 2014 - 29 June 2015 b) Option Exercise One: - Period of Performance (PoP): 30 June 2015 - 29 June 2016 c) Option Exercise Two: - Period of Performance (PoP): 30 June 2016 - 29 June 2017 d) Option Exercise Three: - Period of Performance (PoP): 30 June 2017 - 29 June 2018 e) Option Exercise Four: - Period of Performance (PoP): 30 June 2018 - 29 June 2019 2. QUOTES DUE DATE: QUOTES ARE DUE 24 SEPTEMBER 2014 @ 10:00 hrs Pacific Standard Time (PST). QUOTES RECEIVED AFTER DUE DATE WILL NOT BE USED IN THE AWARD SELECTION PROCESS. This procurement will be awarded under Simplified Acquisition Procedures. 3. POINT OF CONTACT: Responses to this request for quote shall be provided only in writing via e-mail to: Ms Mary Cowen at mary.cowen@us.af.mil and/or Mr. Dalice Va at dalice.va@us.af.mil Questions for this action shall be made only in writing to the email address provided in the Point of Contact Information; no telephone calls will be accepted. The cutoff date for questions is 22 September 2014 @ 12:00 hrs Pacific Standard Time (PST). 4. PLACE OF PERFORMANCE Los Angeles Air Force Base address: 483 N. Aviation Blvd, El Segundo, CA 90245 - Ft MacArthur Facility: Pacific Avenue and 30th Street, San Pedro, CA 90731-9100 5. ADDITIONAL INFORMATION: NOTES: a. Supplies are for delivery FOB destination. b. Provide Tax ID, Cage Code, DUNS, and Discount Terms. c. Payments will be processed via electronic funds transfer (EFT). d. Contractor is liable for the ACCURACY of submitted quote(s) and for any incurred costs if quote(s) was submitted erroneously. 6. CONTRACT TERMS AND CONDITIONS: The following provisions/clauses apply: PROVISIONS INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 (Contractor may use their own format to submit quote) 52.212-2 Evaluation-Commercial Items (Evaluation will be made in accordance with paragraph A) JAN 1999 52.212-3 Offeror Representations and Certifications--Commercial Items (On-line Representations and Certifications will be pulled) NOV 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 PROVISIONS INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS 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/vfdfara.htm (End of Provision) CLAUSES INCORPORATED BY REFERENCE 52.204-7 52.204-7 Alt I 52.204-10 52.212-1 System for Award Management System for Award Management -Alternate I Reporting Executive Compensation and First-Tier Subcontract Awards Instructions to Offerors-Commercial Items JUL 2013 JUL 2013 JUL 2013 APR 2014 52.212-4 52.217-5 52.217-8 52.217-9 52.219-28 52.222-42 Contract Terms and Conditions--Commercial Items - Evaluation of Options Option to Extend Services Option to Extend the Term of the Contract Post-Award Small Business Program Representation Statement of Equivalent Rates for Federal Hires MAY 2014 JUL1990 NOV 1999 MAR 2000 JULY 2013 (May 1989) 52.222-3 52.222-19 Convict Labor Child Labor -- Cooperation with Authorities and Remedies JUN 2003 JAN 2014 52.222-21 52.222-26 52.222-41 52.222-43 52.222-50 52.223-17 52.223-18 52.225-13 52.225-25 52.232-18 52.232-19 52.232-23 Prohibition of Segregated Facilities Equal Employment Opportunity Service Contract Labor Standards Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) Combat Trafficking in Persons Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts Encouraging Contractor Policies to Ban Text Messaging While Driving Restrictions on Certain Foreign Purchases Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. Availability of Funds Availability of Funds for the Next Fiscal Year Assignment of Claims FEB 1999 MAR 2007 MAY 2014 MAY 2014 FEB 2009 MAY 2008 AUG 2011 JUN 2008 DEC 2012 APR 1984 APR 1984 MAY 2014 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration JUL 2013 52.233-3 Protest After Award AUG 1996 52.233-4 52.243-1 52.243-1 Alt I 52.244-6 52.246-4 52.249-2 Applicable Law for Breach of Contract Claim Changes-Fixed Price Changes-Fixed Price (Aug1987) - Alternate I Subcontracts for Commercial Items Inspections for Services - Fixed Price to Section I - Termination for Convenience of the Government (Fixed-Price) OCT 2004 AUG 1987 APR 1984 JUL 2014 AUG 1996 APR 2012 252.203.7000 252.203-7002 252.204-7003 Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product JAN 2009 JAN 2009 APR1992 252.232-7003 252.232-7007 Electronic Submission of Payment Requests and Receiving Reports Limitation of Government's Obligation MAR 2008 MAY 2006 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea (Alt 1) MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 (iv) [Reserved] (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 Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (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 Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. (End of Clause) 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 https://www.acquisition.gov (End of clause) 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. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUNE 2012) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (APR 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact The Los Angeles Air Force Base (LAAFB), Ms. Olalani Kamakau, olalani.kamakau@us.af.mil, (310) 653-1185. 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 (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. 7. CONTRACTING OFFICE ADDRESS: 483 N. Aviation Blvd El Segundo, CA 90245-2808 United States 8. PLACE OF PERFORMANCE: Los Angeles Air Force Base address: 483 N. Aviation Blvd, El Segundo CA 90245-2808 Ft MacArthur Facility: Pacific Avenue and 30th Street, San Pedro, CA 90731-9100 United States 9. PRIMARY POINT OF CONTACT: Mary I. Cowen, Contract Negotiator Mary.cowen@us.af.mil 10. SECONDARY POINT OF CONTACT: Dalice Va, Contracting Officer Dalice.va@usa.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-14-T-0011/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base address: 483 N. Aviation Blvd, El Segundo CA 90245-2808, Ft MacArthur Facility: Pacific Avenue and 30th Street, San Pedro, CA 90731-9100, United States, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN03515358-W 20140919/140917235614-cce562840b4c5dab3a921b43f0f8802b (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.