Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

D -- Air Force Recruiting Information Support Systems (AFRISS)

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F3PT64
 
Response Due
10/29/2007
 
Point of Contact
Kerry Kelly, Contracting Specialist, Phone 210-652-5117, Fax 210-652-2759, - Christopher Torres, Contract Specialist, Phone 210-652-5182, Fax 210-652-4673
 
E-Mail Address
kerry.kelly@randolph.af.mil, chris.torres@randolph.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description The 12th Contracting Squadron, Randolph AFB TX, has a requirement for technical services support for maintenance and future development support of the Air Force Recruiting Information Support Systems (AFRISS). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. In accordance with FAR Part 19.502-2, this requirement is a 100% Service-disabled Veteran-owned Small Business Set-aside. The contract will include a base year and two (2) option years. The basic year will begin 1 Jan 2008 until 31 Dec 2008. The options years, if exercised, are 1 Jan 2009 through 31 Dec 2009 and 1 Jan 2010 through 31 Dec 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The associated North American Industry Classification System Code (NAICS) is 541512; size standard $23 million. Award will be made using acquisition procedures outlined under FAR 12.602. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet Access at the AF FAR Site, http://farsite.hill.af.mil: The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items. The government intends to award a firm-fixed price contract to the responsible offeror who's offer is most advantageous to the government based on the factors contained in this solicitation. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. In determining the most advantageous offer to the government, the government shall consider the following three factors: technical, past performance, and price. Technical and past performance when combined, are of equal importance to price. FAR 52.212-2, Evaluation--Commercial Items. The evaluation factors for this provision are as follows: (1) Conformance to the Performance Work Statement (PWS) (Technical Proposal)-the technical proposal shall demonstrate the ability to provide labor categories and mix of labor categories required to perform the services described in the attached PWS. Labor descriptions for any labor categories proposed shall be provided. Technical proposal shall demonstrate mission capability, understanding of contract requirements, work force, and program management. A copy of your proposed Quality Assurance Plan shall also be included in your response. (2) Past Performance-The government will evaluate the quality and extent of the contractors performance deemed relevant to the requirements of the RFP. The government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant contracts include experience in providing technical support services in the development and maintenance of Information Systems or similar in scope and complexity as listed in the attached PWS, and should contain the following information: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address, Email Address and Telephone Number of Contracting Officer. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. (3) Price - (Price Proposal)-the firm-fixed price shall be based on open market rates, including any volume or spot discounts. As a part of your price proposal contractors are required to fill in CLIN items 0001, 1001, and 2001 of the attached Schedule of Supplies/Services. For the purpose of price evaluations only, please include labor category, labor mix, estimated hours and price for each labor category listed to support your price proposal. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicserach.aspx . In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation) with these additional FAR clauses marked: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-27, Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, 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 (31 U.S.C. 3332); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.204-7004 Alt. A, Required Central Contractor Registration; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7007, Limitation of Government's Obligation, DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.232-7007, Limitation of Government?s Obligation; AFFARS 5352.223-9001, Health and Safety on Government Installation; AFFARS 5352.242-9000, Contractor Access to Air Force Installation; AFFARS 5352.242-9001. Common Access Cards (CACs) For Contractor Personnel; AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear 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. (b) Before consulting with an ombudsman, interested 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 AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. 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. (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.; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.233-3, Protest After Award; FAR 52.204-7, Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.203-3, Gratuities; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds; FAR 52.202-1, Definitions; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.215-5, Facsimile Proposals; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-6, Drug Free Workplace; FAR 52.232-1, Payments; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Interested parties capable of providing the above must submit a written proposal to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. Your proposal should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Proposals are due not later that 3:00 p.m. Central Standard Time, 29 Oct 07, to the attention of Kerry A. Kelly, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, or e-mailed to kerry.kelly@randolph.af.mil Email is the preferred method. Point of Contact: Kerry A. Kelly, Contract Specialist, Phone 210-652-5187, Email address: kerry.kelly@randolph.af.mil or Christopher Torres, Contract Specialist, phone 210-652-5187, Email address: christopher.torres@randolph.af.mil; Ms. Linda M. Johnson, Contracting Officer, 12CONS/LGCB, 210-652-5117, linda.johnson1@randolph.af.mil. Schedule of Supplies/Services The Contractor shall provide all labor, supervision, transportation, supplies, equipment, and other items necessary to perform the resultant contract in accordance with the attached PWS for the following time period: Base Year 01 Jan 08 through 31 Dec 08 ITEM Service Quantity Unit Unit Price Amount 0001 AFRISS Maintenance and Technical Support 1 Lot 0002 Travel 1 NTE $10,000.00 0003 Overtime 1 NTE $60,000.00 Option Year One (1) 01 Jan 09 through 31 Dec 09 ITEM Service Quantity Unit Unit Price Amount 1001 AFRISS Maintenance and Technical Support 1 Lot 1002 Travel 1 NTE $10,000.00 1003 Overtime 1 NTE $60,000.00 Option Year Two (2) 01 Jan 10 through 31 Dec 10 ITEM Service Quantity Unit Unit Price Amount 2001 AFRISS Maintenance and Technical Support 1 Lot 2002 Travel 1 NTE $10,000.00 2003 Overtime 1 NTE $60,000.00 NOTE: PROVIDE PRICE BREAKDOWN TO INCLUDE LABOR MIX AND HOURLY RATE FOR EACH LABOR CATEGORY. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F3PT64/listing.html)
 
Place of Performance
Address: Randolph AFB TX
Zip Code: 78154
Country: UNITED STATES
 
Record
SN01462542-F 20071205/071203231100 (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.