SOLICITATION NOTICE
U -- Human Performance Training - Attachment 1 - Evaluation Criteria
- Notice Date
- 11/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812990
— All Other Personal Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd, Bldg 707, Goodfellow AFB, Texas, 76908-4705
- ZIP Code
- 76908-4705
- Solicitation Number
- FA3030-F1Z5038283AW01
- Archive Date
- 12/6/2018
- Point of Contact
- Tyler G. Frazee, Phone: 3256543809, William Simpkins, Phone: 3256543804
- E-Mail Address
-
tyler.frazee@us.af.mil, william.simpkins.2@us.af.mil
(tyler.frazee@us.af.mil, william.simpkins.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - Evaluation Criteria 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. (ii) The solicitation reference number is FA3030-F1Z5038283AW01; it is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This acquisition is being solicited as a total small business set-aside under North American Industry Classification System (NAICS) code 812990; All Other Personal Services. The small business size standard is $7.5M. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be U099. If a vendor feels they can meet this requirement of this brand name or equal service, they can submit a quote and will be considered by the agency. (v) Contract Line Item Number(s) CLINS: PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE Item # Description Quantity Unit Unit Price Total Price 0001 O2X Training Class or equal. 40 Each (vi) Description of Requirements: This acquisition is being issued as a Request for Quotation (RFQ). All responsible sources may submit a quotation which shall be considered by the agency. 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. For an "or equal" training, proof must be provided that the training meets all the requirements in the evaluation criteria. CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT. Description of Line Items: 1. O2X Training class or equal. See evaluation criteria attached for full list of training requirements. Additional details are as follows: • Training must be four days or less between the dates of 18 Dec 18 - 21 Dec 18 • Quantity of 40 refers to the number of personnel that require this training (vii) The contractor shall provide all labor, equipment, materials, tools, parts, shipping and all other items necessary to provide the following items. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is included in this solicitation. (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 capability. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. 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. (End of provision) (x) The clause at 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this solicitation; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation 2013-O0019) (Nov 2017) applies to this solicitation. (xiii) In addition, the following FAR, DFARS, and AFFARS provisions and clauses apply to this acquisition: The following clauses and provisions have been incorporated by reference: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 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 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications The following clauses and provisions have been incorporated by full text: 52.252-2 -- Clauses Incorporated by Reference 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 these addresses: http://farsite.hill.af.mil/vmfara.htm - FAR http://farsite.hill.af.mil/vmdfara.htm - DFARS http://farsite.hill.af.mil/vmaffara.htm - AFFAR 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC FA87700 Issue By DoDAAC FA3030 Admin DoDAAC FA3030 Inspect By DoDAAC F1Z503 Ship To Code F1Z503 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) F1Z503 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Service Acceptor: felicia.teeter@us.af.mil Contract Administrator: tyler.frazee@us.af.mil Contracting Officer: william.simpkins.2@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: tyler.frazee@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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 AETC ombudsman, Deputy Director of Contracting, 2035 First Street West, Randolph AFB TX 78150-4304, (210) 652-1722. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFICA-KT 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. (End of clause) (xv) Quote is required to be received NO LATER THAN 3:30PM CST, Monday, 21 November 2018. Quote must be emailed to Tyler Frazee at tyler.frazee@us.af.mil with a courtesy copy to William Simpkins at william.simpkins.2@us.af.mil. Please follow-up quote submission with an email to ensure receipt. (xvi) Direct your questions to Tyler Frazee at (325) 654-3809 or by e-mail at tyler.frazee@us.af.mil or William Simpkins at (325) 654-3804 or by e-mail at william.simpkins.2@us.af.mil. Attachment: 1. Evaluation Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/GAFBCS/FA3030-F1Z5038283AW01/listing.html)
- Place of Performance
- Address: Goodfellow AFB Bldg 707. 210 Scherz Blvd, San Angelo, Texas, 76908, United States
- Zip Code: 76908
- Zip Code: 76908
- Record
- SN05147189-W 20181110/181108230646-8af00484af811358c5948a9c10a1cd3c (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 |