Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
SOLICITATION NOTICE

G -- INTRAMURAL SPORTS OFFICIALS

Notice Date
7/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3LB5128AW01
 
Archive Date
8/11/2015
 
Point of Contact
Jessica L. DAmbrosio, Phone: 9197220747, Patricia A. Madison, Phone: 919-722-5445
 
E-Mail Address
jessica.dambrosio.2@us.af.mil, patricia.madison@us.af.mil
(jessica.dambrosio.2@us.af.mil, patricia.madison@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation RFQ - INTRAMURAL SPORTS OFFICIALS - Reference (F3T3LB5128AW01) Purchasing Agency: 4th Contracting Squadron - 4 CONS/LGCB 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3LB5128AW01. This requirement is being solicited as a 100% Small Business set-aside. The NAICS code for this requirement is 711219 - OTHER SPECTATOR SPORTS, with a size standard of $11,000,000.00. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 Effective 02-March-2015. Defense Federal Acquisition Regulation DPN 20150406, Effective 06-April-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: o Quote shall include a unit and total price for the following bid schedule: CLIN 0001 -Intramural Sports Officials services. Contractor will provide all personnel and equipment to perform in accordance with the Statement of Work (SOW). Quantity: 1 Unit: Lot Unit Price: _______ Total Price: _______ Period of Performance: 1 August 2015 - 31 July 2016 *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** Quotes are due to this office no later than 4:00p.m. Eastern Standard Time, 27 Jul 2015. Quotes must be sent via e-mail to jessica.dambrosio.2@us.af.mil, patricia.madison@us.af.mil. Contracting point of contact: 1st Lt Jessica D'Ambrosio, Contract Specialist, TEL: (919) 722-1731 or e-mail at jessica.dambrosio.2@us.af.mil Ms. Patricia Madison, Contracting Officer, TEL: (919) 722-5445, or email: patricia.madison@us.af.mil ____________________________________________________________________________________________ Instructions to Offerors: Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability 2. Price (b) Basis of Award: Only one contract will be awarded as a result of this solicitation. Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards as outlined in the Quote Specifics. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements of the Performance Work Statement (PWS) in addition to those identified as evaluation factors. (End of Provision) QUOTE SPECIFICS: All quotes must include the following information: 1. Quote shall include the vendor's Technical Capability as follows: a) Initially, proposals shall be evaluated according to technical acceptability or unacceptability. Only those technical proposals determined to be acceptable will be considered for award. The proposals will be evaluated against the following Technical Capability subfactor: Staffing Plan b) The Staffing Plan is acceptable when the offeror's staffing plan demonstrates a clear understanding and sound approach to staffing all the intramural sports officials services tasks outlined in the SOW. Logical and concise methodology must be presented in the offeror's proposal as to what staffing techniques will be used to ensure adequate staffing is provided throughout the life cycle of the contract. A rating of unacceptable in the technical subfactors will constitute an overall rating of unacceptable for the technical evaluation. The plan shall include as a minimum: The validation of qualified personnel intended to provide intramural sports officials services in order to meet the requirements of the SOW. The number of qualified employees by task that are presently available from the contractor's existing workforce that will be used in this effort. Theses documents may be past performance, certifications, training etc 2. Quote shall include the contractor's Price as follows: a) The government shall place in order all responsive proposals by price. The unit price of the offeror's proposal shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. Failure to propose for any item in the Price Schedule may cause the offeror's proposal to be rejected as non-responsive. Award will be made based on the contract line item prices initially proposed by the offeror. 3. Company Point of Contact with name, address, email address, and telephone number. 4. Quotes must be valid for a period of no less than 45 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation: FAR 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 Vendor 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 address: 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 address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (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 ACC Ombudsmen, ACC Ombudsmen, Mr. Chris Williams, 129 Andrews Avenue, Suite 102, Langley AFB, VA 23665-2769; Phone (757) 764-6512, FAX (757) 764-4400; or email: christopher.williams.196@us.af.mil. 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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-7 System For Award Management 52.204-9 Personal Identity Verification of contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.217-8 Option to Extend Services 52.219-6 Notice of total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates For Federal Hires 52.222-50 Combat Trafficking in Persons 52.222-99(Dev) Establishing a Minumum Wage for Contractors (Deviation 2014-O0017) 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 52.228-5 Insurance - Work On A Government Installation 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations Supplement (DFARS): 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 System for Award Management Alternate A Alt A 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.209-7999 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony or a Felony Conviction Under Any Federal Law (Deviation 2012-O0004) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.246-7000 Material Inspection And Receiving Report Air Force Federal Acquisition Regulations Supplement (AFFARS): 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODSs) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil STATEMENT OF WORK Sports Officials 1. Description of Work. 1.1 Scope of Work: The contractor shall provide all personnel, tools, parts, supervision, and other items necessary to perform sports officiating define in the Statement of Work at Seymour Johnson Air Force Base Fitness and Sports Center, North Carolina 1.2 Personnel/ 1.2.1 Contract Manager. The contractor shall provide a contact manager who is responsible for the performance of work. The name of this person and alternate(s) who shall act for the contractor when the manager is absence shall be designated in writing to the contracting office. The contract manager shall be available during normal business hours, Monday through Friday 1.2.1.1 The contract manager and alternate shall have full authority to act for the contractor on all contract matters relating to daily operations of this contact 1.2.1.2. The contract manager or alternate shall be available within two work days to meet on Seymour Johnson Air Force Base with government personnel designated by the contracting officer. 1.2.2 Employees. The Contractor shall ensure that the officials have current and valid professional certifications/training from any National Governing Body for games they are officiating. The Contractor shall be required to provide the Fitness Center Manager or Sports Director with proof of certification for all officials before start of the sports season. Certification/training must be from an Air Force approved source found in attachment 2. 1.2.2..1. The Fitness Center Manager or Sports Director reserves the right to question any officials certification /training and notify the contractor to require clarification 1.2.3. Officials Training. The Contractor shall conduct a training camp prior to the start of each sports season, updating the officials on current rules as publicized by the governing sports association. The Contractor shall maintain records on each official containing certification and training documentation. 1.2.4. Coaches Training. The Contractor or a designated certified official will provide team coaches with governing rules updates during one training session prior to the start of each sports season 1.3 Hours of Operation. 1.3.1. Normal hours of operations for sports events are between 0830 and 2200 Monday through Sunday. 1.3.2. The Contractor will be required to provide service based on sports schedules provided by the fitness center staff. The fitness staff will provide season game schedules at least seven days prior to the first game. 1.3.3 The Contractor shall be required to provide services on weekends and holidays for varsity sports, as required by the schedule. 1.4. Type of Sports and number of officials required per event by type to be officiated. 1.4.1 The number of games will be established 5 business days prior to the start of each sports season. The below table shows the average number of games per season FLAG FOOTBALL (Intramural 73) BASKETBALL (Intramural 135) VOLLEYBALL (Intramural 37) SOFTBALL (Intramural141) SOCCER (Intramural 37) 1.4.2 The number of officials required per sport and type. Basketball: Intramural: 2 referees/1 scorer1 timer = 4 total Softball: Intramural: 2 umpire/1 scorer = 3 total Volleyball: Intramural: 1 referee/1 scorer = 2 total. Soccer: Intramural: 1 referee/2 lines persons = 3 total (When league rules call for less than 9 players per team, no lines persons are required.) Flag Football: Intramural: 3 referees/teams provide downs keeper = 3 total 2. Government Furnished Property and Services 2.1. The government shall provide the following equipment and services: Playing area will be determined and prepared and marked for games. Scorebooks, scoreboards/clocks and football down indicator, chain sets and game balls will be provided as required to officials prior to the first game daily 3. Contractor Furnished Supplies and Service 3.1. Except for items furnished by the government identified in Section 2.1 above the contractor shall furnish everything required to perform this statement of work 4. Officials 4.1 Officials Requirements 4.1.1 Contractor shall provide certified officials to cover all sports related requirements under this Statement of Work. The contractor shall provide the Fitness Center Manager a copy of the certification for the head official for each sport 4.1.2. All scheduled sports events will be played on Seymour Johnson AFB and according to the schedules provided to the contract manager by the Fitness Center Manager. All event start times will be followed as stated on the schedule. 4.1.2.1 The Fitness Center Manager will notify the Contractor Manager of unscheduled game changes, cancellation or postponements three (3) hours prior to game time. Official reporting to games after the contractor was provided the three hour notice will not be paid. 4.1.2.2 In event of unsafe or unplayable conditions (rain, lightening and or, poor field condition..) occur after a game starts, the lead official will ensure conditions truly merit a delay and or postponement (as per specific rulebook). Every effort will be made, to safely complete scheduled contests. If inclement conditions require the games to be cancelled the games up to and including the one in progress will be paid for. Subsequent games on the same that day will not be paid. 4.1.3 Make-up games may be scheduled any day of the week or weekend, depending on the requirements of the Sports Director. 24 hours notice will be provided to the contractor. 4.1.4. Officials and scorekeepers must arrive at the designated game sites fifteen minutes prior to scheduled game(s) to make all necessary preparations (i.e., verify scorebook, inspect playing area, coin toss, and meet with captains/coaches, etc.) for scheduled event. The officials and scorekeepers will stay till event is completed and scorebook is complete. 4.1.5. All pertinent information will be included in the appropriate scorebook prior to each scheduled event by the lead official (a lead official will be designated for each event). This information includes the last name of participants, jersey number. At the completion of each event, scores and results will be verified by the lead official, which will then sign the scorebook as a verification of the results. 4.1.6. All events will be played in accordance with respective rule books and amended only by Seymour Johnson AFB Fitness and Sports Center league by-laws. Seymour Johnson AFB by-laws will be provided to the contractor 10 business days prior to the start of a specific sports season. 4.1.7. All games in which a protest is filed, and upheld by the Fitness Center Manager, as a result of an official's misinterpretation of a rule will be officiated from the point of the protest to the end of the game at no additional cost to the government. Judgment calls made by officials during sports event cannot be protested. Protests filed as a result of other circumstances will be reviewed and approved/disapproved by the Fitness Center Manager. 4.1.8. The contractor shall provide a report of protests and ejections that occur during any event to the Sports Director. This report will be provided before noon the first duty day after the game in which the protests or ejections occurs and will be signed and dated by the official involved in the incident in question. 4.1.9. Any equipment deficiency will be annotated in the appropriate scorebook by the lead official (downs marker broke, inadequate ball pressure, holes in playing surface, etc...). Upon detection of the above mention deficiencies, notify the fitness center for replacement or cancellations due to inoperable equipment or facilities. 4.1.10. All certified officials will be dressed in official attire as required by governing National Federation Rules (NFR) consistent with each designated sporting event. The contractor shall provide all official uniform items required and any sport-specific individual items such as ball/strike indicator, plate brush, whistles, etc... 5. Invoicing Contractor is to submit a monthly invoice via Wide-Area Workflow. The Fitness Center Director or designated representative will be the approval authority for the Government in WAWF.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3LB5128AW01/listing.html)
 
Place of Performance
Address: 1500 Langley Ave, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03801368-W 20150719/150717235058-8b0e2ca5eae5dcfa13b36460153254ad (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.