Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

99 -- AETC Consolidated Telephone Operator

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
561421 — Telephone Answering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-R-0011
 
Response Due
3/2/2008
 
Archive Date
3/17/2008
 
Point of Contact
Marcelo Buckley, Contracting Officer, Phone 210 652-4253, Fax 210 652-5733
 
E-Mail Address
marcelo.buckley@randolph.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
##### REVISED CLOSING DATE IS 10:00AM (CST) ON 3 MAR 2008 ##### This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. FA3002-08-R-0011 is issued as a request for proposal (RFP). The solicitation document exceeds allowable character count for the Federal Business Opportunity Website. The information below is a summary of the solicitation. To receive the solicitation in order to provide a proposal e-mail marcelo.buckley@randolph.af.mil. This is a competitive 8(a) small business set aside and the associated NAICS code is 56142 and small business size standard is $6.5M. Proposals must be submitted no later than 4:00PM CST, on Sunday 02 March 2008. Whether submitted via electronic media, hand carried, US Mail or mail or other courier service, proposals must be received at 2021 First Street West, Randolph AFB, Texas 78150-4302. The e-mail, sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Submit e-mail offers to marcelo.buckley@randolph.af.mil. Offerors are cautioned that Randolph AFB, TX has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Difficulties/problems with Internet Service Providers (ISP) and/or network failures will not necessitate justification for late submissions. Late proposals will be processed in accordance with FAR 52.212-1(f) Late submission, modifications, revisions, and withdrawals of offers. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Addenda are included in the solicitation document. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. SECTION B ? SUPPLIES AND/OR SERVICES CONTRACT LINE ITEM NUMBER (CLIN): 0001; SUPPLIES/SERVICES: Telephone operator services - Basic year; UNIT: Month; ESTIMATED QUANTITY: 6; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide consolidated telephone operator services in accordance with the Performance Work Statement (PWS) dated 22 Jan 2008 for period 1 Apr 08 to 30 Sep 08. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 1001; SUPPLIES/SERVICES: Telephone operator services - 1st Option year; UNIT: Month; ESTIMATED QUANTITY: 12; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide consolidated telephone operator services in accordance with the Performance Work Statement (PWS) dated 22 Jan 2008 for period 1 Oct 08 to 30 Sep 09. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 1002; SUPPLIES/SERVICES: Telephone operator services - 2nd Option year; UNIT: Month; ESTIMATED QUANTITY: 12; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide consolidated telephone operator services in accordance with the Performance Work Statement (PWS) dated 22 Jan 2008 for period 1 Oct 09 to 30 Sep 10. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 1003; SUPPLIES/SERVICES: Telephone operator services - 3rd Option year; UNIT: Month; ESTIMATED QUANTITY: 12; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide consolidated telephone operator services in accordance with the Performance Work Statement (PWS) dated 22 Jan 2008 for period 1 Oct 10 to 30 Sep 11. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 1004; SUPPLIES/SERVICES: Telephone operator services - 4th Option year; UNIT: Month; ESTIMATED QUANTITY: 12; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide consolidated telephone operator services in accordance with the Performance Work Statement (PWS) dated 22 Jan 2008 for period 1 Oct 11 to 30 Sep 12. FOB: Destination SIGNAL CODE: A PROPOSAL PREPARATION 52.212-1 INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS THIS SECTION IS FOR SOLICIATATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERNCE. Addendum to FAR 52.212-1 (c), Period of Acceptance of Offers. The paragraph is tailored as follows: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers.? The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated by reference: ADDENDA TO FAR 52.212-1 PROPOSAL PREPARATION INSRUCTIONS INFORMATION TO OFFERORS (IT0) 1.0 General Information: (a) To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate volumes; Volume I - Price Proposal, Volume II - Technical Proposal, and Volume III - Past Performance Information (b) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. (c In accordance with FAR Subpart 4.8, "Government Contract Files," the government will retain one copy of all unsuccessful proposals. The government will destroy extra copies of such unsuccessful proposals. (d) North American Industry Classification System (NAICS) code and small business size standard. This is a competitive 8(a) small business set aside and the associated NAICS code is 56142 and small business size standard is $6.5M. (e) Submission of offers. Submit signed and dated offers (include any amendments) to the office specified in this solicitation at or before the exact time specified in this solicitation (f) The contracting officer (CO) is the sole point of contact for this acquisition. Address any questions or concerns you may have to the CO. ONLY written requests via e-mail (marcelo.buckley@randolph.af.mil) for clarification may be sent to the CO. (g) Exceptions taken to terms and conditions of the RFP, to any of its formal attachments, or to other parts of the solicitation shall be identified. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. Provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, cost and specific requirements of the solicitation. Failure to comply with the terms and conditions of the solicitation may result in the offeror being removed from consideration for award. (h) If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the CO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. (i) Other Information Required: Provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the government. 1.1. Specific Instructions: (a) Proposals shall be submitted in six (6) hard copies: one marked "Original" and five marked "Copy" plus one (1) electronic compact disk (CD) copy. The contents of each proposal volume are described in the Instruction to Offeror(s) paragraph. The five copies and disk will be devoid of any company logos, trademarks, or identifying markings. (b) Mail six hard copies and one electronic copy on CD of each volume to the following: Marcelo M. Buckley AETC CONS/LGCD 2021 First Street West Randolph AFB, TX 78150-4302 (c) Binding and Labeling: Volume I, II, and III may be submitted together within the same binding. A cover sheet should be placed at the beginning of each volume start, clearly marked as to whether it is the original or copy, volume number, title, solicitation identification, and the offeror's name (original copy only). Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), "Restriction on Disclosure and Use of Data." 2.0. VOLUME I - PRICE PROPOSAL 2.1 FACTOR 1 - Price (a) Insert proposed unit and extended prices in Section B for each Contract Line Item Number (CLIN), including all option periods. (b) Complete the necessary fill-ins and certifications in the solicitation. The offeror shall submit only those pages that require a fill-in. (c) If applicable, provide a copy of the letter from the Small Business Administration (SBA) showing proof of Section 8(a) status. (d) Offerors shall use the following examples when completing their pricing schedule. Failure to properly complete the pricing schedule may result in your entire proposal being rejected. The below examples are based on an estimated award date of 1 Apr 08. The contract will be funded with annual appropriations. Therefore, the basic period will end on 30 Sep 08 regardless of the start date. Using the below information as an example only, each offeror shall enter the quantities on CLINs 0001, 1001, 1002, 1003, and 1004 for Option Years. Quantities will be adjusted based on actual award date; however the proposed unit price shall remain unchanged. (f) Representations and Certifications: The offeror shall complete all Representations, Certifications, and other Statements of Offeror as required by the RFP and the provision found at FAR 52.212-3. An offeror shall complete only paragraph (k) of the provision found at FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 3.0 VOLUME II - TECHNICAL PROPOSAL - Limited to no more than 50 pages 3.1 FACTOR 2 - Mission Capabilities a. The Offeror shall submit six hard copies and one electronic copy based on the requirements of the Performance Work Statement (PWS) instructions. Material submitted must be identified by factor, subfactors, and paragraph number to which it corresponds in the proposal preparation instructions of this solicitation. If an element requested has been covered previously, so state and reference the previous factor. Sufficient discussion/explanation of how an offeror can satisfy the requirements is required. Restating the requirement identified in the PWS is not acceptable. The PWS defines what requirements are; the offeror's proposal describes how it will satisfy those requirements. The Offeror shall assume that the Government evaluation team has no previous knowledge of its management and experience, and that the team will base its evaluation on the information presented in the proposal. The Offeror's technical proposal shall demonstrate their complete understanding of all requirements and their ability to perform those requirements. SUBFACTOR 1.1: MANAGEMENT. The Offeror shall describe the company organization to include an organizational chart. The Offeror shall include an employment profile for the firm: total employees; total permanent employees; total professional in each major category (e.g., project managers, project engineers, technicians, and administration support). SUBFACTOR 2: Technical Knowledge. Factor 2 shall address Technical abilities, consist of the following subfactors: SUBFACTOR 2.1: Switchboard Operator The Offeror shall provide a detail plan for demonstrating guidance and assisting customers on telephone calls as switchboard operators. SUBFACTOR 2.2: QUALITY CONTROL PLAN PROCEDURE The Offeror?s Quality Control Plan (QCP) shall address company policy regarding to identify, prevent and correct any deficiencies for all services set forth in the PWS. The Offeror shall provide corrective measures at the appropriate level, Government Quality Assurance Personnel (QAP) reports. This discussion shall include documentation of correction actions, and frequency of meetings with the QAP. 4.0. VOLUME III - PAST PERFORMANCE INFORMATION - Limited to no more than four (4) pages per contract listed. Only references for same or similar type contract desired. Submit original plus five (5) printed copy and 1 digital copy. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (a) GENERAL: Each offeror shall submit a past and present performance volume with its proposal, containing past performance information as described below. This information is required on the offeror and all subcontractors, teaming partners, and/or joint venture partners proposed to perform 20 percent or more of the proposed effort based on the total proposed price, or perform aspects of the effort the Offeror considers critical to overall successful performance. Offerors are cautioned that the government will evaluate the quality and extent of Offeror?s performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other federal government offices and commercial sources, to assess performance. (1) The offeror shall submit, along with the information required in the above paragraph, a consent letter, executed by each subcontractor, teaming partner, and/or joint venture partner, authorizing release of adverse past performance information to the offeror so the offeror can respond to such information. For each identified effort for a commercial customer, offeror shall also submit a client authorization letter, authorizing release to the Government of requested information on the Offeror?s performance. (b) RELEVANT CONTRACTS: See FAR Clause 52.212-2, Evaluation- Commercial Items (Jan 1999)" for definitions the government will use to assign the relevancy to the Offeror?s past and present contracts. Submit past performance information on at least three (3) but no more than five (5) recent contracts during the past three (3) years that you consider most relevant in demonstrating your ability to perform the proposed effort. Include rationale supporting your assertion of relevance. Complete and include Attachment 1 of this provision, "Past Performance Contract Information," for each of these contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor?s consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. D. Documents submitted in response to this RFP must be fully responsive to and consistent with the requirements of the RFP (CLINs & PWS) and government standards and regulations pertaining to the PWS. (End) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2008); 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/AETC/SCS/FA3002-08-R-0011/listing.html)
 
Place of Performance
Address: Bldg 1623, Kelly USA, San Antonio, Texas
Zip Code: 78216
Country: UNITED STATES
 
Record
SN01520262-F 20080301/080228232100 (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.