Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
MODIFICATION

S -- Classroom Night Monitor

Notice Date
11/2/2006
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
 
ZIP Code
08641
 
Solicitation Number
F3A34A6230A100
 
Response Due
11/10/2006
 
Archive Date
11/25/2006
 
Point of Contact
Paddy Liedman, Contract Specialist, Phone 609-754-4690, Fax 609-754-4642,
 
E-Mail Address
paddy.liedman@mcguire.af.mil
 
Description
This is a combined notice/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; quotes are being requested and a written solicitation will not be issued. Quotations are being requested not later than 1500 (3 p.m.) EST, 10 Nov 06. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. This solicitation is unrestricted. The applicable North American Industry Classification System Code (NAICS) is 561210 and the size standard is $6.5 Million. The Government intends to issue a firm fixed-price purchase order for the acquisition of the following services: STATEMENT OF WORK Non-Personal Services Contract for Base Education Center, Classroom Night Monitor 1. DESCRIPTION OF SERVICES: Non-personal services in support of U.S. Air Force voluntary off-duty education program to include the college programs housed and supported by the Base Education Center. The contractor will serve as Night Monitor for building 1911, 1912 and other buildings in the event that overflow classrooms are necessary as a result of enrollment increase or primary building renovation, with responsibility for opening/closing classrooms, security of classroom equipment and the facility in general, and assistance with new students entering the base via the Visitor Control Center. Subcontracting duties will be permitted. Any substitute person or subcontracting has to have prior approval of the Chief of the Education Services Flight. 2. PERIOD OF PERFORMANCE: Contract start date is 15 Nov 2006 through 30 Sep 2007. 3. QUALIFICATIONS: Must be capable of performing light physical duties such as moving audiovisual equipment, tables and chairs. Must be capable of operating computer equipment, overhead projectors, VCRs and projectors. Must be at least 18 years old and be able to effectively communicate with professional educators, students and base officials. Must be available to work evenings and must meet McGuire AFB on-base access requirements. Must be within a 30-minute commuting distance from the base. Must have a telephone number where individual can be contacted. Previous experience in providing building and equipment support on a military installation is highly desirable. 4. SPECIFIC TASKS: a. Provide access services for evening college classes on Monday through Friday and weekends, including federal holidays if classes are in session. Access services involve opening and closing Base Education Center classroom facilities 15 minutes prior to and 15 minutes subsequent to all class meetings. It also may include physical presence at the Visitor Control Center during add-on periods of school registration to provide sponsorship for civilian students attending classes on base. b. Distributes and sets up equipment and learning aids as required, and periodically inspects equipment for serviceability. Instructs faculty and student users on the proper use of equipment. Reports damage and malfunctions to the supervisor of Education Services. c. Responsible for overall facility and property management during session. Endeavors to ensure all safety, fire and security rules and regulations are complied with during session. Monitors building and grounds security. Notifies the facility manager, Security Police and/or the fire department of violations or discrepancies. Notifies Civil Engineering of emergency work order requirements (e.g. power failure, flooding, etc.). d. Notifies faculty members and students of emergency messages, official phone calls, mission alert or recall activities. e. Directs students and faculty to assigned rooms; monitors hallways, breezeway and grounds to minimize any potential disruption to academic activities. Endeavors to ensure that instructors and students comply with Air Force, base level and Education Services rules regarding conduct while utilizing Education Services facilities. f. At end of classes, cleans whiteboards, reconfigures classroom furniture if needed, shuts windows, checks classroom equipment, turns out lights and locks classroom doors. Secures each bay by locking front and rear outer doors. Annotates security checklist and returns logbook to inbox for review by Education Services personnel the following morning. g. When not directly performing one of the duties described in items (a) through (h) above, contractor will be present at assigned duty station to enable instructors or students to readily communicate their needs. 5. WORK HOURS/DAYS: The government will determine the number of units required each week and will notify the contractor with the intended schedule no later than 24 hours prior to the designated work unit. Normally a maximum of one unit will be performed in one calendar day, with a maximum of five (5) units per week, except during add-on registration weeks, which occur approximately every eight (8) weeks. Units will generally be scheduled on weekdays (Monday through Friday), and typically be scheduled from 1700-2200. Class sessions will not begin prior to 1600, nor will they end after 2300. It is estimated that 5 units will normally be required per week, except during add-on registration periods, and that each unit will require approximately 5 hours. Units may be worked on federal holidays if classes are in session. Exact days and times of services will be determined by the government representatives in advance and may be modified according to changing program needs. If a scheduled class session must be canceled due to emergency, a 24-hour notification prior to the start of the class session must be provided by the contractor to allow the government representative to make other arrangements for security services. 6. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies and materials mutually agreed upon for the fulfillment of this contract. 7. TERMINATION: Contract may be terminated in accordance with the termination clauses contained within the contract. The pricing schedule is as follows: Item number 0001; Quantity: 252; Unit of issue: Unit (1 unit = 5 hours); unit price and total amount. Please include Payment Terms. Questions should be submitted in writing via below fax number or emailed to karin.quagliato@mcguire.af.mil The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors, Commercial Items (Jan 2006), and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jun 2006). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003) FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2005), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2006) apply to this acquisition; under para (b), the following clauses are incorporated: FAR 52.222-3 Convict Labor (Jun 2003) (14) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (15) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (16) FAR 52.222-26 Equal Opportunity (Apr 2002), (17) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (18) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (19) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (24) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), (25) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006); under para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005), DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) (Alt III) (May 2002); and DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991) and the following full text clause AFFAR 5352.201-9101 OMBUDSMAN (AUG 2005) Wage Determination Number 2005- 2449 dated 21 Sep 06 and the following full text clause AFFAR 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. The ombudsman may not serve as an advocate for any party. (b) Before consulting with an ombudsman, concerned parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: michael.jackson@scott.af.mil. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) All responsible sources may submit a quote, which, if timely received, must be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial Government Entity Code (CAGE Code). All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the government. Failure to obtain a DUNS number, register in ORCA, and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. One of the following paragraphs will apply: (a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Or (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. Note: A search in ORCA will be accomplished to ensure compliance. Please submit the quotation: 1) Cover sheet with company name 2) Price Sheet to the 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 at or before 1500 (3:00 P.M) EST, 10 Nov 06. Quotations may be faxed to Karin Quagliato at (609) 754-4642 or emailed to karin.quagliato@mcguire.af.mil. If a copy of the provisions are needed, they can be found on http://farsite.hill.af.mil. If you have any questions please contact Paddy Liedman, Contracting Specialist, at (609) 754-4690, or email at paddy.liedman@mcguire.af.mil QUESTIONS & ANSWERS: 1. Is there a wage determination covering this and if so, what is the occupation code and title for the classroom monitor? Yes, it is included in the notice. Employee Class: Janitor 2. Is there a Collective Bargaining Agreement covering this position? No. 3. Is award based solely on price? Successful candidate must first meet all the qualifications. After all the qualifications have been met it will then be determined by price. 4. If so, will there be a sealed bid opening? No sealed bidding. 5. If not determined solely on price, then what is the basis for award? Please read the solicitation for the qualifications. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-NOV-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/305CONS/F3A34A6230A100/listing.html)
 
Place of Performance
Address: 2402 Vandenberg Ave. McGuire AFB, NJ
Zip Code: 08641
Country: UNITED STATES
 
Record
SN01175571-F 20061104/061102223441 (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  © 1994-2020, Loren Data Corp.