Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2005 FBO #1325
SOLICITATION NOTICE

R -- Family Support Center Receptionist Scott AFB IL

Notice Date
7/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3S3185157A100
 
Response Due
7/26/2005
 
Archive Date
8/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB IL is contemplating an award for family support center (FSC) receptionist to provide information to FSC customers at Scott AFB IL for the period of 01 Oct 2005 to 30 Sep 2006. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL QUOTE. AWARD WILL BE CONTINGENT UPON THE AVAILABILITY OF FISCAL YEAR 2006 FUNDS. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3185157A100, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-04 and the Defense Federal Acquisition Regulation Supplement DCN 20050621 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 561110. The small business size standard is 6 million dollars. (v) CLIN(S): 0001, Provide information to FSC customers at Scott AFB IL for the period of 1 Oct 2005 to 30 Sep 2006. Contractor to provide personnel necessary to perform in accordance with (vi) Description of requirements. LINE ITEM QTY UM UNIT PRICE EXTENDED AMOUNT 0001 2080 hours $______________ $_________________ PROVIDE PRICING FOR THE CLIN ON THE ATTACHED RFQ. (vi) Description of requirement: STATEMENT OF WORK FAMILY SUPPORT CENTER RECEPTIONIST The Family Support Center (FSC) assists base leadership in identifying family concerns, resolving problems, helping families navigate the military system and promoting family readiness. FSC activities and services include the functional areas of relocation, transition, family member employment, financial management, family life education, family readiness, Family Services and the Airmen?s Attic. The Contractor must be able to fulfill the requirements of the FSC to provide information about the FSC to FSC customers. Duties require calm and confident demeanor while handling multiple phone-calls, walk-in inquiries. The Contractor will seek any information required to perform duties in the most efficient manner. The FSC will provide the necessary office space and office equipment to accomplish contract requirements to include paper, computer and software, and office supplies. The Contractor will receive all FSC customers and all incoming telephone calls to determine nature and purpose of visit, and direct or escort them to specific destinations. The contractor will set and maintain workshop registrations enroll customers in FSC educational workshops and seminars. The Contractor will develop, maintain, and update, as needed, a database and printed materials on available resources available through the FSC, the base, and the local community. The contractor will be the Records Clerk for the FSC. The FSC will provide Records Custodian Training. Sort and route incoming mail. The Contractor will maintain confidentiality of all individual and family data concerning sensitive, personal or private information made available to the Contractor during the execution of his or her duties. Contractor may not remove customer information from the FSC. All work will be accomplished in a professional, timely and caring manner. Contractor will ensure that the workstation is maintained in a clean and orderly manner. Contractor will be attired in appropriate business clothing while working in the FSC. The Contractor will work Monday ? Friday, 0730-1630, except on days the FSC is closed for holidays, inclement weather, etc. Contractor may take a one-hour lunch break between 1100 to 1300. Lunch times will be coordinated with staff. The contractor will take one 15-minute break in the morning and one 15-minute break in the afternoon. Performance period is 1 Oct 05 to 30 Sep 06. The Contractor must have the following: -A basic understanding of military protocol and Air Force terminology -The ability to work with a diverse population -Above average oral communication skills -Proficient with Microsoft Office computer software applications -- Includes but not limited to Microsoft Excel, Word, PowerPoint, and Outlook -Ability to develop, maintain, and update data automated scheduling and entry of all sign ups for seminars, workshops, appointments. The contractor is responsible to arrange for a replacement and notify the FSC superintendent for unplanned absences. The contractor is also responsible to arrange for a replacement and to notify the FSC superintendent at least five workdays prior to any planned absences. Contractor Consent to Background Checks The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by Law Enforcement Agency Data System (LEADS) through the National Crime Information Center. LEADS checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to LEADS background checks. Contractor and subcontractor personnel who do not consent to an LEADS check will be denied access to the installation. Information required to conduct an LEADS check includes: full name, driver?s license number, and/or social security number, date of birth of the person entering the installation, and completion of a background check questionnaire. The contractor shall provide this information using the Scott AFB Form 21, Contractors Consent for Background Check, and shall submit it in conjunction with the contractor?s request for either base or vehicle passes. Completion of a successful LEADS check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. Badges The contractor is required to provide identification badges for their employees. All contractor personnel shall wear these badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by contractor and government. The contractor?s identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. Contractor Registration of Vehicles on Scott AFB All contractor or contractor employees? vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Additionally any pass shall be surrendered to Security Forces upon demand to positively identify a persons need to be on Scott AFB. Access to Installation During Force Protection Conditions (FPCONs) Contractors will be assigned a mission essential designation IAW requirements contained in SAFBI 31-101/Installation Security Instruction. Only the installation commander or the unit commander requesting contract support will assign the mission essential designation. Property Protection Property protection for facility where the contractors? primary work center is located will be the responsibility of the local facility manager and local Government Security Manager, or their duly authorized representative IAW AFI 31-101, The Air Force Installation Security Program and command/local directives. The contractor shall safeguard all government-owned equipment and materials in his/her possession or use. Safeguarding Classified or Unclassified Information The contractor shall meet Air Force standards for storing, processing, and handling classified information and systems. Additionally, all resources (e.g. maps, publication/instructions, photos) provided by the government to assist the contractor in the performance of their contract will be surrendered upon termination of employment or the end of the contract performance period. Non-Disclosure Agreements To safeguard information, the contractor shall enter into non-disclosure agreements with the responsible local security manager. Privacy Act Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. (vii) Period of Performance ? 1 Oct 2005 to 30 Sep 2006 Location ? Scott AFB IL Acceptance and FOB - Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON THE ATTACHED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: PRICE (x) OFFERORS MUST INCLUDE WITH THEIR QUOTE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1, are incorporated by reference: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment FAR 52.222-41, Service Contract Act of 1965 FAR 52.232-18, Availability of Funds; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services FAR 52.247-34, F.O.B. Destination; DFAR 252.204-7003, Control of Government Personnel Work Product DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 52.222-42- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Switchboard Operator - Receptionist $10.55 32.85% (End of Clause) 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): http://farsite.hill.af.mil (End of Clause) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: 375 CONS/LGCB 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 26 July 2005. PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. (xvii) The point of contact for this acquisition is Ms. Marcia Wuebbels. Her phone number is 618-256-9279; fax is 618-256-5237; e-mail address is marcia.wuebbels@scott.af.mil.
 
Place of Performance
Address: Scott AFB IL
Zip Code: 62225-5357
Country: U.S.
 
Record
SN00844644-W 20050713/050711212053 (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.