Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
MODIFICATION

R -- Facility Monitor Services for Hickam AFB, Hawaii

Notice Date
11/29/2007
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
96853-5230
 
Solicitation Number
F2C3SP7311A901
 
Response Due
12/10/2007
 
Archive Date
12/25/2007
 
Point of Contact
Christopher Day, Contract Specialist, Phone (808) 448-2956, Fax (808) 448-2911, - Angela Czumalowski, Contract Specialist, Phone 808-448-2958, Fax 808-448-2911
 
E-Mail Address
christopher.day@hickam.af.mil, angela.czumalowski@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C3SP7311A901. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-1108, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 561210 and small business size standard of $32,500,000.00. This RFQ contains four (4) line items. The items are on an estimated firm fixed price basis and contain a base year and 3 option years. The line items are as follows: CLIN 0001: Perform Facility Monitor duties IAW Statement of Work; Qty 1560; Unit of Issue-Hours; Unit Price: $ _________ Total Price: $____________ CLIN 0002: Facility Monitor Duties (Option Year 1); Qty 1560; Unit of Issue-Hours; Unit Price $_________ Total Price: $______________ CLIN 0003: Facility Monitor Duties (Option Year 2); Qty 1560; Unit of Issue-Hours; Unit Price $__________ Total Price: $____________ CLIN 0004: Facility Monitor Duties (Option Year 3); Qty 1560; Unit of Issue-Hours; Unit Price $________ Total Price: $__________ The above-referenced line items are for Facility Monitor for 15 MSS/DPE at 25 E. Street in Hangar 2, Hickam AFB, Hawaii. Subject solicitation is for facility monitor services for the Base Training and Education Services. Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Offerors may propose an alternate proposal if offering more than one solution. Any questions in regards to this solicitation must be submitted NLT 3 Dec 2007 to ensure Government ample response time and timely submittals of proposals. The performance period will be 1 Jan 08 to 30 Sep 08. Acceptance will be performed by the Government. IAW FAR 52.232.18, Availability of Funds, funds are not currently available for this requirement. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1600 hrs, Hawaii Standard Time (HST), Monday, 10 December 2007. Submission may be made via email to christopher.day@hickam.af.mil or angela.czumalowski@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: SSgt Christopher Day or TSgt Angela Czumalowski, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) and ALT I (APR 2002). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.227-7015 Technical Data - Commercial Items (Nov 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 with (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) The following additional DFARS provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) 252.211-7003, Item Identification and Valuation 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. ?Domestic end product,? ?foreign end product,? ?qualifying country,? ?qualifying country end product,? and ?United States? have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government? (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that? (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _______________ __________________ _______________ __________________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________ _______________________ ________________ _______________________ (End of provision) Point of Contact SSgt Christopher Day, Contract Specialist, Phone 808-448-2956, Fax 808-448-2911, Email christopher.day@hickam.af.mil. Alternate: TSgt Angela Czumalowski, Contracting Officer, Phone 808-448-2958, Email angela.czumalowski@hickam.af.mil. ******************************************************************************************************************* STATEMENT OF WORK BASE TRAINING AND EDUCATION SERVICES FACILITY MONITOR (FM) HICKAM AFB, HAWAII 7 Nov 2007 1. DESCRIPTION OF SERVICES: Non-personal services in support of U.S. Air Force voluntary off-duty education program for the Base Training and Education Services (BTES) Facility Monitor (FM). The FM will provide the BTES personnel with access and equipment control in accordance with office policies and procedures. Access responsibilities include opening and closing BTES facilities for early morning, evening and weekend use. Equipment control responsibilities involve monitoring audio-visual, computer and other support equipment use in accordance office procedures. 2. PERIOD OF PERFORMANCE: Base period of January 1, 2008 through September 30, 2008 with three 12 month option periods. 3. QUALIFICATIONS: The qualifications of the FM will be: a. Must be capable of performing light physical duties such as moving and setting up audio-visual equipment, moving tables and chairs, and other routine functions. b. Must be capable of operating audiovisual systems (overhead projectors, IN FOCUS, Litepro Machines, VCRs, etc.) c. Must be able to provide service support to work weekday evenings (1630-2230) and weekends (0800-1700). d. Must be at least eighteen years old and be able to effectively communicate and deal with professional educators, students and base officials. e. Must meet Hickam Air Force Base access requirements and provide all documentation as required. f. Previous experience in providing building and equipment support of a similar scope on military installations and/or local community is preferred. g. All contractor employees must meet all qualifications listed above and be approved by BTES Flight Chief or designee prior to assuming duties. The contractor is responsible for submitting written notification of all employees for approval. 4. WORK HOURS/DAYS: Normal work hours consist of weekday (Mon ? Fri) evenings (1630-2230) and weekends (Sat-Sun) (0800-1700) during servicing college terms. The contractor is not expected to work during term breaks and/or on days and weekends when classes are not scheduled to meet. The BTES Flight Chief and the contractor may mutually agree to specific work elements/schedules that must be performed to assist in the normal facility operations. Work schedules shall be coordinated with BTES Flight Chief/designee prior to start of each term (normally after term registration). BTES Flight Chief/designee can request last minute additional support due to unforeseen circumstances. Exact days and times of services may be jointly determined by contractor and government in advance and may be modified by mutual agreement according to changing program needs. 5. GUIDELINES: All tasks shall be accomplished in accordance with all DoD, Air Force, Pacific Air Forces, and local base facility and security guidelines and regulations. a. For Official Use Only (FOUO). The contractor shall comply with DoD 5400-7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. b. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees will be briefed by BTES Flight Chief or Deputy upon initial on-base assignment. c. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. d. Key Control. The contractor shall ensure all keys issued to the contractor by the Government are not lost or used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. The contractor shall immediately report to the BTES Flight Chief or Program Manager any occurrences of lost or duplicated keys. In the event keys are lost or duplicated, the contractor shall be required to re-key or replace the affected locks at no additional cost to the government. e. Work Hours: The contractor shall be paid a full hour for work consisting of less than one hour (e.g. if the contractor works 1 hr 15 min then he/she is entitled to 2 hours of pay). 6. SPECIAL REQUIREMENTS: Instructors should be responsible for bringing their classroom back to its original configuration after class is over. However, the incumbent will be responsible to bring rooms back to their original configuration, if the instructor fails to do so. The incumbent will annotate the security checklist whenever this occurs. 7. MATERIALS AND EQUIPMENT: The contractor shall have access to a workspace with a computer and phone to perform official duties during contractor duty hours. 8. SPECIFIC TASKS: a. Provide access services as requested by the BTES Flight Chief for classes on 1630-2230 on Monday through Friday and 0800-1700 on Saturdays and Sundays. Access services involve opening, closing and securing all facilities used by BTES customers and are linked to school schedules. b. Set up classroom(s) as required e.g., adding, removing and arranging furniture as needed. c. Issue learning aids as required and inspects such equipment for serviceability prior to and after use. Monitor proper use and safeguarding of all school and BTES property and equipment. Report abuse, damage and malfunctions to the BTES personnel. d. Maintain responsibility for overall facility and property management during each session. Comply with all safety, fire, and security rules and regulations. Monitor building and grounds security. Notify Security Forces and/or Fire Department of violations or discrepancies. Notify Civil Engineering at once when emergency work orders are needed. e. Notify faculty members and students of emergency messages, official phone calls, mission alert, or recall activities. f. Provide hourly inspection and documentation of facility to include number of personnel in facility or number of classroom in use. g. Direct students and faculty to assigned classrooms. Monitor hallways, break areas, off-site classrooms, and surrounding grounds to minimize any potential disruption to academic activities. h. Ensure all instructors, students and visitors comply with Air Force, base level, and BTES rules and regulations regarding personal conduct/behavior, telephone and copier use in BTES facilities. i. Ensure that all classrooms are returned to their ?as found? condition and all equipment is properly stored. In the event the classroom is not ready for the next class, take the appropriate steps to make the classroom ready. Advise the BTES personnel when classrooms are not ready for the next class. 9. GLOSSARY OF TERMS: Commonly used military and education-related acronyms, abbreviations and definitions with which contractor must be familiar: ACC Air Combat Command (HQ at Langley AFB, VA) AcDu Active Duty ACSC Air Command and Staff College (required PME for AF Majors) ACT American College Test (undergraduate entrance exam) ******************************************************************************************************************* The following are questions that have been received in regards to this solicitation and their corresponding answers. 1. Q-What are the number of days when there are no classes at term break and when are the breaks scheduled to occur? A-There are 4 terms per year with an average 2 week break in between each term. There are interims between each term so there are no breaks and the facility monitor is required year round. 2. Q-Are there some weekends when there are no classes and if so, when? A-There are at least 2 universities that teach class every Saturday and occassionally on Sundays. The average is 1 to 2 Sundays per month. 3. Q-For the payment of 1 hour for 15 minutes worked, does this refer to the hours beyond those scheduled in the statement of work? A-This refers to if the facility monitor comes in and classes are cancelled or a class goes beyond the facility monitors schedule and he/she has to work an extra 15 minutes beyond the scheduled shift. If classes are dismissed early, the facility monitor is required to stay until the last class is released and is not paid for time not worked. 4. Q-Can the RFQ be sent electronically? A-This is a combined synopsis/solicitation and no paper copies will be issued. 5. Q-Do you only need the CLIN data for this RFQ? A-Yes. The CLIN structures were also changed by this amendment to be submitted as an hourly wage instead of a monthly price. 6. Q-Do we need to bill hourly? A-Yes. The invoice should be submitted each month for the total number of hours worked. 7. Q-What are the number of holidays and when are they scheduled? A-The holiday schedule will be the same as the Federal Holiday Calendar. www.opm.gov/Operating_Status_Schedules/fedhol/2008.asp 8. Q-What amount of weight (if any) are submitted proposals to be given for Small Business, Price, and Technical Ability? A-All weight will be factored towards price. The set-aside has been changed to total small business set-aside. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2007); 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/PAF/15CONS/F2C3SP7311A901/listing.html)
 
Place of Performance
Address: 25 E. Street, Hangar 2 Hickam AFB, Hawaii
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01460640-F 20071201/071129225729 (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.