Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2020 SAM #6680
SOLICITATION NOTICE

G -- Sports Officials for PAFB FL

Notice Date
3/12/2020 2:09:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813990 — Other Similar Organizations (except Business, Professional, Labor, and Political Organizations)
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB037
 
Response Due
3/26/2020 12:00:00 PM
 
Archive Date
04/10/2020
 
Point of Contact
Veronica Batista, Jose L. Plasencia, Phone: 3214944394
 
E-Mail Address
veronica.batista_velez@us.af.mil, jose.plasencia.2@us.af.mil
(veronica.batista_velez@us.af.mil, jose.plasencia.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA252120QB037 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04; Effective Date 01-15-2020. This is a 100% Set-Aside for Small Businesses. The North American Industry Classification System (NAICS) code for this project is 813990 Other similar organizations (except business, professional, labor, and political organizations) with a size standard of $8.0M. DESCRIPTION OF REQUIREMENT: Provide all personnel, equipment, tools, materials, supervision and other items and services necessary to provide sports officials and scorekeepers in accordance with the Statement of Work (SOW). Contractor to provide the following officials/scorekeepers listed below: Volleyball� 1 official /�1 scorekeeper Basketball��2 officials / 1 scorekeeper Softball 1 official /�1 scorekeeper Soccer�1 official / 0�scorekeepers Flag Football 2�officials /�1 scorekeeper PERIOD OF PERFORMANCE: Initial base period (6 months) plus four option years, with an additional 6-months option extension. BID SCHEDULE: See solicitation attachment for CLINs/Bid Schedule. INSTRUCTIONS TO OFFERORS/VENDORS. FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendem applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� QUOTE(S) DUE DATE: 26 March 2020 QUOTE DUE TIME: 3:00 P.M. EST EMAIL QUOTE(S) TO: veronica.batista_velez@us.af.mil AND jose.plasencia.2@us.af.mil ALL QUOTES MUST BE SENT TO THE EMAIL ADDRESS AS STATED ABOVE. STRICT ADHERENCE TO THE INSTRUCTIONS IN THIS NOTICE ARE REQUIRED OTHERWISE YOUR SUBMISSION MAY BE CONSIDERED NONRESPONSIVE. Note:� .zip files are not an acceptable format and will not go through our AF network/email system. All questions regarding this solicitation must be emailed to Veronica Batista at veronica.batista_velez@us.af.mil by 1:00 P.M. EST 19 March 2020 Provide the following information with your quote: Company Name: DUNS Number: Cage Code: Number of Employees: Total Yearly Revenue: Note: The information required above is to determine size of business. Estimated Delivery Time (if applicable): Payment Terms (Net 30 or otherwise as applicable): Warranty (if applicable):� FOB (Destination or Origin, if applicable): Shipping Cost included?� (Yes or no, if applicable): EVALUATION CRITERIA/BASIS FOR AWARD FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: (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: (i) Price and Technical Acceptability of proposed quote to meet government requirements as stated herein, including SOW/PWS. (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) FAR provision 52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) applies to this acquisition: (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [���� ] is not [���� ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [���� ] is not [���� ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR provision 52.204-7 � System for Award Management (Oct 2018) applies to this acquisition: All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instructions shall be provided at time of award. (End of provision) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows:� Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note:� The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 2020), applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable and must flow down to any subcontracting opportunity in regards to this contract: 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7��������� System for Award Management (Oct 18) 52.204-13������� System for Award Management Maintenance (Oct 18) 52.204-16������� Commercial and Government Entity Code Reporting (Jul 16) 52.204-10������� Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-21������� Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.204-23������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18) 52.209-6 �������� Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-10 ������ Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.209-11 ������ Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Feb 16) 52.209-12������� Certification Regarding Tax Matters (Feb 16) 52.217-5 �������� Evaluation of Options (Jul 90) 52.217-8 �������� Option to Extend Services (Nov 99) 52.217-9 �������� Option to Extend the Term of the Contract (Mar 00) 52.219-6 �������� Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 ������ Post Award Small Business Program Representation (Jul 13) 52.222-3 �������� Convict Labor (June 03) 52.222-21 ������ Prohibition of Segregated Facilities (Apr 15) 52.222-26 ������ Equal Opportunity (Sep 16) 52.222-36 ������ Affirmative Action for Workers with Disabilities (Jul 14) 52.222-41 ������ Service Contract Labor Standards (Aug 18) 52.222-42 ������ Statement of Equivalent Rates for Federal Hires (May 14) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits � DOL Class 28630 � $13.77 per hour (End of Clause) 52.222-43 ������ Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 18) 52.222-50 ������ Combating Trafficking in Persons (Mar 15)52.222-55 Minimum Wages Under Executive Order 13658 (Dec 15) 52.222-55������� Minimum Wages Under Executive Order 13658 (Dec 15) 52.222-62 ������ Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (Jan 17) 52.223-18 ������ Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 ������ Restriction on Certain Foreign Purchases (Jun 08) 52.232-18������� Availability of Funds (Apr 84) 52.232-33 ������ Payment by Electronic Funds Transfer�System for Award Management (Oct 18) 52.232-40 ������ Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 �������� Protest After Award (Aug 96) 52.233-4 �������� Applicable Law for Breach of Contract Claim (Oct 04) The full text of these clauses and (*) provisions may be assessed electronically at the website: https://www.acquisition.gov/ DFARS CLAUSES 252.203-7000������������� Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003������������� Agency Office of the Inspector General (Dec 12) *252.203-7005 ����������� Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7004������������� Antiterrorism Awareness Training for Contractors, as prescribed in 204.7203. *252.204-7008������������ Compliance with Safeguarding Covered Defense Information Controls, as prescribed in 204.7304(a). 252.204-7012 ������������� Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 ������������� Disclosure of Information to Litigation Support Contractors (May 16) 252.205-7000 ������������� Provision of Information to Cooperative Agreement Holders (Dec 91) *252.215-7007 ����������� Notice of Intent to Resolicit (Jun 12) *252.215-7008 ����������� Only One Offer (Oct 13) 252.223-7008 ������������� Prohibition of Hexavalent Chromium (Jun 13) 252.225-7001 ������������� Buy American and Balance of Payments Program (Dec 17) 252.225-7012 ������������� Preference for Certain Domestic Commodities (Dec 17) 252.225-7031 ������������� Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 ������������� Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 ������������� Wide Area Workflow Payment Instructions (May 13) 252.232-7010 ������������� Levies on Contract Payments (Dec 06) 252.244-7000 ������������� Subcontracts for Commercial items (Jun 13) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Oct 19) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000 Contractor Access to Air Force Installations (Oct 19) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate, and any additional requirements to comply with local security procedures to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.223-9001 Health and Safety on Government Installations (Oct 19) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Note:� The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov.� Attachments(3): Sports Officials Combo Solicitation Statement of Work Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2f1beaa46744c3dbcda4946a733e467/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05586829-F 20200314/200312230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.