SOLICITATION NOTICE
U -- BTES Test Admininistrator - PERFORMANCE WORK STATEMENT (PWS)
- Notice Date
- 1/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
- ZIP Code
- 88103-5321
- Solicitation Number
- FA4855-18-R-0011
- Archive Date
- 2/17/2018
- Point of Contact
- Mario Alexander Valdez Iturbe, Phone: 5757844017, Denny De Guzman, Phone: (575)784-4690
- E-Mail Address
-
mario.valdez_iturbe@us.af.mil, denny_chris.de_guzman.1@us.af.mil
(mario.valdez_iturbe@us.af.mil, denny_chris.de_guzman.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Performance Work Statement for the BTES Test Administrator requirement --SOLICITATION FOR BTES TEST ADMINISTRATOR-- FA4855-18-R-0011 1)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 with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2)The assigned number for this solicitation is FA4855-18-R-0011. This solicitation is being issued as a Request for Proposal (RFP) 3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 and Defense FAR Supplement (DFARS) Publication Notice 20171228. 4)This requirement is being solicited under a 100% Total Small Business Set-Aside. The standard industrial classification code is U002, NAICS is 611710 The Small Business Size Standard for this NAICS code is $15.0 Million. 5)Contract Line Item Numbers are proposed below: a)CLIN 0001 (07 MO) - BTES Test Administrator FY18 (Base) b)CLIN 1001 (12 MO) - BTES Test Administrator FY19 (OY1) c)CLIN 2001 (12 MO) - BTES Test Administrator FY20 (OY2) 6)Description of Services: a)This is a requirement for non-personal services in support of the U.S. Air Force comprehensive testing program. b)The contractor shall provide one (1) test proctor/administrator to support the testing programs at Cannon AFB to include but not limited to: Defense Activity for Non-Traditional Education Support (DANTES) tests, Career Development Course (CDC) Tests, Weighted Airman Promotion System (WAPS) tests, and the Air Force Professional Military Education (PME) testing programs. c)The individuals performing the work shall be entrusted with the administration of educational and career-sensitive testing materials on behalf of the USAF. This requirement requires the contractor have access to PII, FOUO, Unclassified, and Secret information and access to NIPR and possibly SIPR networks as an integral part of the services and therefore must be capable of obtaining a DoD security clearance at the "Secret" level or above at the time of award. d)Additional requirements pertaining to the performance of this requirement is further outlined in the Performance Work Statement (PWS). (Attachment 1) 7)The Period of Performance for the contract shall be as follows: a)1 March 2018 - 30 September 2018 - Base Year b)1 October 2018 - 30 September 2019 - Option Year I c)1 October 2019 - 30 September 2020 - Option Year II 8)The following provisions apply to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items - Provision is addended as follows: PROPOSAL PREPARATION INSTRUCTIONS A. To assure a timely and equitable evaluation of the proposals, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Technical Proposal (in separate files). B. Due to the estimated dollar value of this acquisition, cost or pricing certification under FAR 15.406-2 will not be required. Upon examination of the initial offer, the contracting officer will review past performance information, pricing data, technical documentation, and other relevant data to determine contractor responsibility. If, in the contracting officer's opinion, a fair and reasonable price is offered, no additional discussions will be held. However, if at any time during the review, the contracting officer determines that pricing information is lacking or if the price cannot be deemed fair and reasonable, the Government may enter negotiations with the offeror. C. Specific Instructions. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. PART I - PRICE PROPOSAL - Submit one (1) signed copy. a. Complete and sign the SF1449. In doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION with attachments. 2. PART II - TECHNICAL CAPABILITY - Submit one (1) copy. a. The offeror must demonstrate a complete understanding of the technical requirements set forth in the PWS. The offeror shall provide a portfolio (no more than ten pages) that outlines the technical approach it expects will satisfy the requirement. The offeror shall include in the portfolio at least the following: • A baccalaureate degree from a regionally accredited American college or university • A brief narrative summary outlining the contractor's knowledge/experience with standardized educational and military testing programs • A brief narrative summary outlining the contractor's knowledge/experience with AF terminology, office procedures, and education programs • General resume b. The individual performing the work must certify their capability to obtain a DoD security clearance at the "Secret" level or above at the time of award. 3. The format for Part I and II of the proposal shall be as follows: a The proposals will be 8 ½" x 11" format except for larger formarts used for charts, tables, or diagrams, which may not exceed 11" x 17". b. A page is defined as one face of a sheet of paper containing information. Typing shall not be less than 12 pitch. c. Elaborate formats, bindings or color presentations are not desired or required. d. The Offeror shall submit all proposal information in electronic Portable Document Format (PDF). NOTE: The cover letter, title page, table of contents, table of figures, list of tables and glossary of abbreviations & acronyms do not count against page count limitations. Proposal contents that exceed the stated page limitations will be removed from the proposal by the Contracting Officer, prior to turning the proposal over to the Government evaluation teams, and will not be considered in the evaluation. D. General Information. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Proposals must be signed by an authorized company official and emailed to: - SrA M. Alexander V. Iturbe, CA at mario.valdez_iturbe@us.af.mil - 2nd Lt Reginald Johnson, CO at reginald.johnson.19@us.af.mil and be received no later than the proposal receipt date established in the solicitation. Amendments, if issued, must be signed by an authorized company official and submitted. NOTE: Proposals shall be submitted by email only. Facsimile submittals will not be accepted. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." (End of Addendum) FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Acceptability: Technical Acceptability is achieved when the offeror provides the following: a)A portfolio (no more than ten pages) that showcases the contractor's technical capabilites and its conformity to the terms and conditions defined in the PWS. i.The offeror, at a minimum, shall provide in the portfolio the following: • A baccalaureate degree from a regionally accredited American college or university • A brief narrative summary outlining the contractor's knowledge/experience with standardized educational and military testing programs • A brief narrative summary outlining the contractor's knowledge/experience with AF terminology, office procedures, and education programs • Resume b)Offeror must certify that it is able to obtain a DoD security clearance at the "Secret" level or above at the time of award. All offers will be ranked according to the total evaluated price (Base + 2 Options + 6 Month Extension IAW 52.217-8) and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. (End of Provision) 9) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2017) The Offeror shall complete only paragraph (b) of this clause if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the provision. 10)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 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): FAR/DFARS/AFFARS: http://farsite.hill.af.mil 11) The following FAR clauses apply to this acquisition: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.217-5 Evaluation Of Options 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.224-3 Privacy Training 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. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 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 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 12) The following DFARS clauses cited are applicable to this solicitation: 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 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 13) Proposals must be signed, dated and submitted by 2 February 2018, 1600hrs, Mountain Standard Time. Submittal of a quote shall represent acceptance of the terms and conditions in this solicitation and its attachments. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: M. Alex V. Iturbe - mario.valdez_iturbe@us.af.mil Alternate: Denny C. De Guzman - denny_chris.de_guzman.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-18-R-0011/listing.html)
- Place of Performance
- Address: 110 E. Alison Ave, Cannon AFB, NM, 88103, Cannon, New Mexico, 88103, United States
- Zip Code: 88103
- Zip Code: 88103
- Record
- SN04794404-W 20180121/180119230831-b1dd487a96b70af26df1304036da8353 (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 |