Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

V -- Commercial Travel Office (CTO) at Hickam AFB, HI

Notice Date
5/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
Reference-Number-F5LRD031330100
 
Response Due
6/13/2003
 
Point of Contact
Darlyne Pangelinan, Contract Specialist, Phone (808)449-6860x418, Fax (808)449-7026, - Cyndy Fukumoto, Chief, Flight B, Phone (808)449-6860x401, Fax (808)449-7026,
 
E-Mail Address
Darlyne.Pangelinan, Cyndy.Fukumoto@hickam.af.mil
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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. (ii) This solicitation is issued as a request for proposal (RFP) under the following reference number: F5LRD031330100. (iii) This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-13. (iv) This acquisition is unrestricted in regards to size standards. The applicable NAICS is 561510, and the small business size standard in $3.0M. (v) This RFP will result in a firm-fixed-price requirements contract. The quantities specified in the Statement of Work (SOW) are based on past history and is not a minimum guaranteed amount. This RFP contains five (5) line item(s) for Commercial Travel Office services. CLIN 0001, Commercial Travel Office services, Basic Year, Estimated 26,830 EA; CLIN 1001, Commercial Travel Office services, Option One, Estimated 26,830 EA; CLIN 2001, Commercial Travel Office services, Option Two, Estimated 26,830 EA; CLIN 3001, Commercial Travel Office services, Option Three, Estimated 26,830 EA; CLIN 4001, Commercial Travel Office services, Option Four, Estimated 26,830 EA. * The quantity ?EA? pertains to a single estimated transaction fee per year. Please extend your transaction fee to two decimal places. See Statement of Work at Attachment 1 for a complete description of a transaction fee. See Attachment 3 for the Price Schedule. (vi) The contractor shall provide travel arrangement and reservation services for a Commercial Travel Office in accordance with the attached statement of work. See Attachment 1, Statement of Work (SOW), for a complete description of the requirement. If you are unable to download the attachment, please contact Darlyne Pangelinan by e-mail (see paragraph (xvii) below). Please provide the following information with your offer: Cage Code, DUNS No., Tax ID Number, Prompt Payment Terms, Date offer expires. (vii) Place of performance is 15LRD/LSDC, 900 Scott Circle, Hickam AFB, HI 96853. Acceptance of services will be performed by the Government. The performance period will be as follows: CLIN 0001, 1 Oct 03 ? 30 Sep 04 CLIN 1001, 1 Oct 04 ? 30 Sep 05 CLIN 2001, 1 Oct 05 ? 30 Sep 06 CLIN 3001, 1 Oct 06 ? 30 Sep 07 CLIN 4001, 1 Oct 07 ? 30 Sep 08 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with the following addendum: Paragraph (c) Period for acceptance of offers is modified to ?The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers?. (ix) Offers will be evaluated using the following evaluation factors: price and past performance. Price is the fee charged to the Government per transaction. The contract will be awarded to the offeror that provides the best value to the government. Past performance is approximately equal to price. Past performance and price will be considered in performing an integrated assessment leading to the selection of a successful offeror. The purpose of the past performance evaluation is to assess the confidence in the offeror?s ability to successfully accomplish the proposed effort based on the offeror?s demonstrated present and past work record. The government will assess each offeror?s past performance on requirements of similar scope and magnitude (providing airline tickets with transaction fees and dollar amounts). The assessment will be subjective yet unbiased when evaluating the quality of an offeror?s past performance, focusing on the recency and relevancy (i.e., similar scope and magnitude) of the information. Past performance documents shall describe the offeror?s previous and current experience in providing Government and commercial volume travel services. The past performance documents shall be divided into sections as follows: (A) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years. The offeror shall include with their offer a list of up to five contracts, similar in scope and complexity, currently on-going or completed during the past three (3) years from either a government agency or a private sector company. The list shall be limited to the last five (5) contracts to include only the most current and in-progress contracts. Offeror shall submit detailed information concerning contracts considered relevant in their ability to perform the proposed effort. Include the following information for each contract: (1) Name and address of the contracting activity, (2) Contracting Officer ? include verified phone/fax number, (3) Contract Manager ? include verified phone/fax number, (4) Contract identification number, (5) Contract type (i.e. firm-fixed-price, cost reimbursement, requirements, etc.), (6) Total contract value, (7) Detailed description of work performed, (8) Performance period, (9) Problems/Corrective actions ? The offeror shall include information on problems encountered and corrective actions taken on all listed contracts. Include a brief description of any dispute/claim. Be specific in identifying the problem and resolution. (10) provide any information currently available (letters, metrics, customer surveys, independent surveys, etc) which demonstrates customer satisfaction with overall job performance and quality of completed product for similar type contract. (B) Past Performance Survey. The offeror shall send a copy of Attachment 6, Contractor Past Performance Survey, to each Contracting Office/Agency listed in response to paragraph (A). The past performance survey shall be completed by the cognizant Contracting Officer/Agency the offeror contracted with, not the offeror, then faxed and/or e-mailed directly to the 15th Contracting Squadron/LGCB, Attn: Darlyne Pangelinan at (808) 449-7026 or e-mail Darlyne.Pangelinan@hickam.af.mil. The offeror shall ensure the 15th Contracting Squadron/LGCB buyer receives all completed past performance surveys no later than the solicitation closing date/time. The Government reserves the right to obtain information relative to present and past performance on its own, in addition to that provided by the offeror. (x) All offers must include a completed copy of the provisions at 52.212-3 , Offeror Representations and Certifications -- Commercial Items (Alt I) (Jul 2002) and 252.212-7000, Offeror Representations and Certifications--Commercial Items (Nov 1995). See paragraph (xiii) for site to download information. Failure to provide a completed copy of the provision with the offer will deem the offeror as non-responsive. (xi) The clause at 52.212-4 , Contract Terms and Conditions -- Commercial Items applies to this acquisition: (xii) The clause at 52.212-5 , Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). For the purpose of this acquisition the following equivalent rates apply: Travel Clerk, GS-06, $12.14/hr Travel Clerk Supervisor, GS-07, $13.49/hr 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (xiii) The following are clauses required by DFARS Part 212: 252.204-7004 -- Required Central Contractor Registration (Nov 2001) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998) 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) -- The following additional clause(s) cited in this clause are also applicable: 52.203-3 -- Gratuities (Apr 1984) (10 U.S.C. 2207) 252.205-7000 ? Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416) 252.225-7012 -- Preference for Certain Domestic Commodities (Apr 2002) (10 U.S.C. 2533a). 252.225-7021 ? Trade Agreements (OCT 2002) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note) 252.243-7002 -- Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410) 252.247-7023 -- Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631) 252.225-7020 ? Trade Agreements Certificate (Mar 1998) 252.232-7009 -- Mandatory Payment by Governmentwide Commercial Purchase Card (Jul 2000) (xiv) The following additional clauses and provisions are incorporated into this acquisition as addenda and are consistent with customary commercial practices. The full text of clauses and provisions can be accessed at the following web address: (http://farsite.hill.af.mil/ ). 52.216-18 ? Ordering (Oct 1995) Insert information: 1 Oct 03 through 30 Sep 08. 52.216-21 ? Requirements (Oct 1995) Insert information: 1 year after contract expiration. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor not less than 30 days prior to the expiration of the existing contract. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor not less than 30 days provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.232-18, Availability of Funds (Apr 1984) 52.245-2, Government Property (Fixed-Price Contracts) (Dec 1989) 252.201-7000, Contracting Officer?s Representative (Dec 1991) 5352.242-9000, Contractor Access to Air Force Installations (May 2002) (xv) Special Requirements. (1) Site Visit and Pre-proposal Conference: (a) A site visit and pre-proposal conference will be conducted at 15 LRD/LGRR, 1445 O?Malley Blvd., Bldg 2115, Classroom 1, Hickam AFB, Hawaii on 27 May 03 at 0830 for the purpose of answering questions regarding this solicitation. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) Submit the names of all attendees (not to exceed 2 attendees per offeror) to Darlyne Pangelinan by 22 May 03. The pre-proposal conference and site visit is not mandatory. A reservation form is provided for your use at Attachment 4. Submit a copy of this form to the 15th Contracting Squadron to confirm your attendance. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Offerors are requested to submit questions to the point of contact noted above not later than 15 calendar days of the date of submission of offers as specified in the solicitation. Late inquiries/questions will not be entertained. Additionally, since offerors are required to perform services in accordance with commercial and industry standards, information that is standard within the commercial industry will not be provided. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A question form is provided for your use at Attachment 5. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (2) Service Contract Act Wage Determination No. 94-2153, Revision 30 dated 05/28/2002 is applicable to this contract. (See Attachment 2) The full text is also available electronically at the following address: https://www.ceals.usace.army.mil/dod-prot/wdolhome.html (xvi) All offers are due to the 15th Contracting Squadron, 15 CONS/LGCB, 90 G Street, Hickam AFB, HI 96853, no later than 13 Jun 03, 1400 Hawaii Standard Time. Offerors shall submit one original offer and three (3) copies. After contract award, unsuccessful proposals will be disposed of as follows: one copy will be retained with the contract file, the additional copies will be destroyed. No destruction certificate will be provided. (xvii) For further information contact Darlyne Pangelinan at (808) 449-6860 ext. 418 or Darlyne.Pangelinan@hickam.af.mil.
 
Place of Performance
Address: 15 LRD/LSDC, 900 Scott Circle, Hickam AFB, Hawaii
Zip Code: 96853
Country: USA
 
Record
SN00323157-W 20030515/030513213558 (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  © 1994-2020, Loren Data Corp.