SOLICITATION NOTICE
R -- CENTRALIZED APPOINTMENT CALL CENTER - Attachment/Appendix
- Notice Date
- 1/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561421
— Telephone Answering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-16-R-6001
- Archive Date
- 3/1/2016
- Point of Contact
- John John Sarver, Phone: 850-882-0362, Christopher K. Slater, Phone: 8508824418
- E-Mail Address
-
john.sarver.2@us.af.mil, christopher.slater@eglin.af.mil
(john.sarver.2@us.af.mil, christopher.slater@eglin.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Appendix E - Technical Evaluation Worksheet Appendix D - PPQ Appendix C - Evaluation Appendix B - Instructions to Offerors Appendix A Bid Schedule CACC PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is FA2823-16-R-6001 for Centralized Appointment Call Center services at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 (04 Dec 2015) and DFARS Publication Notice 20151130 dated 30 Nov 2015. The associated NAICS code is 561421 with a Small Business Size Standard of $15 million. This solicitation is totally set-aside for Service Disabled Veteran Owned Small Business Concerns eligible under the small business program. Refer to FAR clause 52.219-27, Notice of Service Disabled Veteran-Owned Small Business Set Aside, accessible via the internet at http://farsite.hill.af.mil. Description of Requirement: Refer to Attachment 1, Performance Work Statement (PWS). It is vital that potential offerors read and fully comprehend all of the requirements for completing the work outlined in the PWS dated 20 November 2015. Period of Performance: 1 April 2016 through 30 September 2016 for the base period and three 1 year option periods from 1 October 2016 through 30 September 2019 (if all options are exercised.) Questions and requests for clarifications regarding this solicitation are due no later than 2:00 PM CST on 19 January 2016. Questions/requests for clarifications shall be submitted in writing via email to christopher.slater.1@us.af.mil and john.sarver.2@us.af.mil. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 4:00 PM CST on 26 January 2016.. THE DEADLINE FOR RECEIPT OF OFFERS is 15 February 2016, 2:00 PM, Central Standard Time (CST). Potential offerors are advised to frequently monitor this solicitation on Federal Business Opportunities at https://www.fbo.gov/ for the posting of possible changes/amendments to the Combined Synopsis/Solicitation, Appendices or Attachments. The Government reserves the right to cancel this solicitation, whether 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. Wage Determination 05-3033, Revision 16, dated 8 July 2015 will be incorporated in the contract. All contractors must have an active registration in the System for Award Management (SAM) at https://www.sam.gov in order to be eligible for contract award. The following provisions apply to this acquisition and may be accessed via the internet at http://farsite.hill.af.mil: FAR 52.212-1 Instructions to Offerors - Addendum Download Appendix B for 52.212-1 addendum FAR 52.212-2 Evaluation - Commercial Items - Addendum Download Appendix C for 52.212-2 addendum The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The following provisions apply to this acquisition and will be incorporated by full text. These provisions may be accessed via the internet at http://farsite.hill.af.mil: The following clauses apply to this acquisition and will be incorporated by reference. These clauses may be accessed via the internet at http://farsite.hill.af.mil : FAR 52.203-3 Gratuities FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-16 Preventing Personal Conflicts of Interest FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors - - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alt I FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34 FOB Destination FAR 52.253-1 Computer Generated Forms DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following clauses apply to this acquisition and will be incorporated by full text. These clauses may be accessed via the internet at http://farsite.hill.af.mil: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following are additional FAR clauses applicable under this clause, 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6 Notice of Total Small Business Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 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 52.222-40 Notification of Employee Rights under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.222-17 Nondisplacement of Qualified Workers 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment 52.222-55, Minimum Wages Under Executive Order 13658 (End of Clause) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.232-19 Availability of funds for the Next fiscal Year FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) (FY 15) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel Attachments: MUST BE DOWNLOADED SEPERATELY Attachment 1: PWS Appendix A - Bid Schedule Appendix B - 52.212-1 Instructions to Offerors Appendix C - 52.212-2 Evaluation Commercial Items Appendix D - Past Performance Questionnaire Appendix E - Technical Evaluation Worksheet Appendix F - CACC Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7b647a9c2732b5d6bc1a78d37bf47a96)
- Place of Performance
- Address: 307 Boatner Road, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03981845-W 20160106/160104233916-7b647a9c2732b5d6bc1a78d37bf47a96 (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 |