Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

R -- Family Support Center Receptionist

Notice Date
7/24/2006
 
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-F3S3186191A100
 
Response Due
8/15/2006
 
Archive Date
8/30/2006
 
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 1 October 2006 to 30 September 2007. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVALABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL PROPOSAL. AWARD WILL BE CONTINGENT UPON THE AVAILABILTIY OF FISCAL YEAR (FY) 2007 FUNDS. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation reference number is F3S3186191A100 and it is being issued as a request for quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, Effective 5 July 2006 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 200600711 Edition (iv) This acquisition is 100% set-aside for small business under North American Industry Classification System (NAICS) code 561110. The small business size standard is $6.5 million. (v) CLIN(s): The contractor shall provide all personnel, labor and transportation to provide information to FSC customers at Scott Air Force Base, Illinois IAW (vi) Description of requirements. LINE ITEM QTY UNIT OF ISSUE UNIT PRICE EXTENDED 0001 2080 HRS $___________ $__________ Note: Provide CLIN pricing (vi) Description of requirements for the items to be acquired: a. 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 06 to 30 Sep 07. 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) Performance Period is 1 October 2006 to 30 September 2007. Location is Scott AFB IL. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda to FAR 52.212-1 also applies: A. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following: The RFQ shall consist of two (2) separate parts, Part I Price Quote, Part II Past Performance Information. Part I consists of a Pricing Schedule. Part II consists of three (3) but no more than five (5) of the most relevant contracts performed within the last 3 years. Relevant contracts are those for receptionist services of the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish Past Performance Information for each contract referenced on the Past Performance Survey attached to this combined synopsis/solicitation (see paragraph "Past Performance" in section ix below) THE OFFEROR SHALL FORWARD ALL PAST PERFORMANCE SURVEY QUESTIONNAIRES TO THEIR RESPECTIVE POINT OF CONTACT WITH INSTRUCTION FOR THE COMPLETED SURVEY TO BE SUBMITTED TO 375 CONS/LGCB ATT: CYNTHIA STROUT VIA FAX 618-256-5237 OR EMAIL cynthia.strout-02@scott.af.mil. THE FOLLOWING CONTRACTOR INFORMATION MUST BE PROVIDED WITH THE QUOTE: (1) DUNS number, (2) TIN number-(3) CAGE code-(4) Contractor (Name of Awardee)- (5)Payment Terms/Discount- (6) Delivery Date- (7) Business Size (i.e. small business, women-owned, etc.)-(8) POC/Phone number- (9) FAX number- (10) Email address- 1. Requirements of the RFQ (Contract Line Items (CLINs) & Statement of Work, and government standards and regulations pertaining to the SOW. 2. Evaluation Factors for Award of this RFQ. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in above will not be read nor evaluated but will be removed from the proposal. 4. Format for proposal Past Performance Information shall be as follows: (a) A page is defined as one face of an 8 ?? x 11? sheet of paper containing information. (b) Typing shall not be less than 12 pitch. (ix) FAR 52.212-2, Evaluation--Commercial Items is applicable. This is a competitive best value combined synopsis/solicitation in which competing offerors past performance history will be evaluated on a basis significantly more important than price considerations. The evaluation process is as follows: (a) Initially, offers shall be ranked according to price. An offerors proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each contract line item to confirm the extended amount for each. (b) Using the past performance survey, the contracting officer shall review performance information provided on the lowest priced offerors based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive an exceptional past performance rating. The purpose of the past performance evaluation is to allow the Government to access the offerors ability to performance the effort described in the RFQ, based on the offerors demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating neutral meaning the rating is treated neither favorably non unfavorably. (c) If the lowest priced evaluated offer is judged to have exceptional performance risk rating, that offer represents the best value for the Government and evaluation process stops at that point. Award shall be made to that offeror without further consideration of any other offers. (d) The Government reserves the right to award a contract to other than the lowest priced offeror if that offeror is judged to have a performance risk rating of very good or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. (e) The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. Clause is available at the following website: http://farsite.hill.af.mil/ (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following FAR clauses cited within the clause 52.212-5 apply: 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.) APPLICABLE WAGE DETERMINATION: 94-2310 REV (33) AREA: MO,ST. LOUIS 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 5352.201-9101, Ombudsman (xiii) The following items are additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practice: FAR 52.204-7 - Central Contractor Registration FAR 52.209-6 - Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005) FAR 52.212-1 - Instructions to Offerors- Commercial Items FAR 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3 - Continuity of Services (Jan 1991) FAR 52.247-34 -- F.o.b. ? Destination (Nov 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate. (JUN 2005) DFARS 252.225-7001 Buy American Act and Balance of Payments Program. (JUN 2005) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFAR 252.232-7003 - Electronic Submission of Payment Requests IAW FAR 4.1102(a) prior to receiving any contract award, contractors must be registered in the Central Contractor Registration Database available thru the following web site: http://www.ccr.gov/ (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 4:00 p.m. (CST) 15 August 2006 Quotes can be sent via e-mail to: cynthia.strout-02@scott.af.mil Quotes can be sent via fax to: 618-256-5237 Period for Acceptance of Quotes: The offeror agrees to hold the prices in its quote firm for 90 calendar days, from date offer due to 1 October 2006. (xvii) The point of contact for this acquisition is Ms. Cynthia Strout. Phone number (618)-256-9279, Email cynthia.strout-02@scott.af.mil, fax (618) 256-5237.
 
Place of Performance
Address: SCOTT AFB IL
Zip Code: 62225-5015
Country: UNITED STATES
 
Record
SN01096436-W 20060726/060724220922 (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 |
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.