Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

99 -- Credit Profile Reports

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F7RSOA21990100
 
Response Due
9/3/2002
 
Archive Date
9/18/2002
 
Point of Contact
Sylvia Clark, Contract Specialist, Phone 210-652-5183 ext 3024, Fax 210-652-2759, - Linda Johnson, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
sylvia.clark@randolph.af.mil, linda.johnson@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Reference number F7RSOA21990100 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-07. The applicable NAICS code for this requirement is 56145. The applicable size standard is $6M. Commerce Business Daily Note 1 applies to this requirement. Contract Line Items are as follows: CLIN 0001-Basic Period; CLIN 1001- 1st Option Period; CLIN 2001-2nd Option Period; CLIN 3001rd Option Period; CLIN 4001-4th Option Period. Estimated quantity of credit checks is 25,000 annually. STATEMENT OF NEED: The Air Force Recruiting Service requires current, up to date, Credit Profile Reports (Employment Insights) of selected applicants of the U.S. Air Force. The Credit Checks (Employment Insights) to be conducted, as required by HQ USAF/DPFPA policy, will aid in determining an applicant?s eligibility for enlistment in the Air Force. Credit Check services will be required nationwide (to include Alaska, Hawaii, and Puerto Rico) assisting 4 Recruiting Groups, 28 Recruiting Squadrons, 65 Military Entrance Processing Stations, and approximately 1650 recruiters. The requirements for this contract are as follows: (a) Provide Credit information to each of the 4 Recruiting Groups, 28 Recruiting Squadrons, and HQ Air Force Recruiting Service required to perform the Employment Insight Check requests. Application must be Microsoft Windows 95/98/2000/NT/XP. Internet access to employment insight service using security protocols of user identification and password is required. Access to the information must be compatible to Netscape Navigator and Microsoft Explorer Internet browsers (128bit). (b) Provide an electronically delivered user-training manual to Recruiting Service personnel defining all report codes and information on a ?typical? employment insight credit check. The training manual is also to provide Recruiting Service personnel training to ensure Employment Insights are being requested properly using a ?test applicant? for this purpose. (c) Provide immediate assistance via telephone to all Recruiting Service personnel, 24 hours a day, 7 days a week. (d) Provide access of current Employment Insight Credit reports to required Recruiting Service personnel 7 days a week, 24 hours a day. Each report will contain a history of the applicant?s address, employment information, credit information, all reported debts, current reported balance of the debt, fraudulent detection, public record information on bankruptcies, liens, and judgments against the applicant, a complimentary report will be sent to the individual, a profile summary that contains significant calculations from the employment report, and any other adverse/negative information concerning the applicant?s credit. (e) Provide a sample of the end user Employment Insight Credit Check product with bid proposal. (f) Provide to HQ Air Force Recruiting Service (HQ AFRS/RSOPA) a detailed listing (by name, address of applicant, date and time credit report pulled, and individual requesting report) monthly, no later than the 10th day of the following month. (g) Submit a Credit Services Invoice to the following address no later than the 10th day of the following month: HQ AFRS/RSOPA , 550 D Street West STE 1, RANDOLPH AFB TX 78150-5421. Performance Period: Basic period from 1 October 2002 through 30 September 2003 with four, one-year options. FOB Destination. Miscellaneous: HQ AFRS/RSOPA will assist vendor in obtaining a vehicle pass necessary to conveniently access to Randolph AFB. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The following factors shall be used to evaluate offers: conformance to the specifications, price and past performance and are listed in descending the order of importance. Offerors must also include a completed copy of the provisions at Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which can be obtained at http://farsite.hill.af.mil. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if--(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if--(A) The change is within scope of the original order, (B) The contractor agrees; (C ) The modification references the contractors verbal or written agreement. The Government may make these changes unilaterally. This clause, as amended herein, may also serve as the authority for all modifications made to the order or contract to make changes as follows: (a) definitize letter contracts, if commercial in nature; (b) reflect other agreements of the parties modifying the terms of the contracts; (c) issue change orders, (d) changing the performance period or the delivery date, the quantities or any other terms and conditions not cited herein as an example. Reference FAR 52.212-4, paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. Clause 52.212-5, Contract Terms and Conditions - Required to Implement Statutes or Executive Orders applies to this acquisition. The additional FAR clauses are marked: 52.219-4, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses also apply: 52.252-2, Clauses Incorporated by Reference. FAR 52.219-1, Small Business Program Representations, 52.219-6, Notice of Small Business Set Aside; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year. In addition, DFAR 252-212-700, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with these additional clauses being applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.204-7004, Required Central Contractor Registration. A firm-fixed price award will be made to the responsible offeror submitting the proposal that provides the best value to the Government. Interested parties capable of providing the above must submit a written proposal to include discount terms, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last five years. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Responses to this requirement shall be provided in writing via e-mail at sylvia.clark@randolph.af.mil, or 12 CONS/LGCB, Attn: Sylvia P. Clark, 395 B Street West, Suite 2, Randolph AFB TX 78150-4525, or faxed at (210) 652-2759 no later than 03 Sep 2002, 12:00 P.M. (CST).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F7RSOA21990100/listing.html)
 
Record
SN00150703-F 20020828/020826221153 (fbodaily.com)
 
Source
FedBizOpps.gov 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.