Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

R -- Airman & Family Readiness Coordinator

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3568101A003
 
Response Due
5/12/2008
 
Point of Contact
Andrew J Pratt,, Phone: 707-424-7766, Josephine G Cobb,, Phone: (707) 424-7720
 
E-Mail Address
andrew.pratt-02@travis.af.mil, josephine.cobb@travis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. Bids will be accepted on an all or none basis. The solicitation number is F3Z3568101A003; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 and Defense DCN 20080423. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 541611. The business size standard is $6,500,000. The Federal Supply Class (FSC) is R799. The Standard Industrial Classification (SIC) is 8742. This request for quotation consists of the following items: Statement of Work For Loan Locker Coordinator in the Airman & Family Readiness Flight 1. SCOPE The purpose of this contract is to manage the loan locker at the Airman & Family Readiness Center(A&FRC). The primary emphasis of the position is to assist customers in need of loan locker items, prepare the loan item receipt, ensure entry of the control numbers on required items and brief customers on care of loaned items. 2. PERSONAL RESUME The contractor shall submit to the Government an official resume. The resume shall not be more than two pages in length and must contain the following information: 2.1 Full name, address and home telephone number. 2.2 Chronological work experience that substantiates, by involvement and duration, the skills and services being proposed. 2.3 A dated and signed statement certifying the information in the resume is true and accurate. 3. PERIOD OF PERORMANCE This contract will run for a six month period starting 16 May 08. After the initial six month period an option to extend the contract for an additional 24 months will be determined by the Airman & Family Readiness Flight Chief. 4. RESPONSIBILITIES 4.1 Manage the Airman & Family Readiness Center's Loan Locker Program. 4.1.1 Provide service from 0730 to 1630 M-F, totaling 40 hours per week, with a one-hour lunch break daily and excluding Federal Holidays. Hours and days are flexible with prior approval from Quality Assurance Evaluator. 4.1.2 Manage the center's loan locker and assist customers in need of loan locker items, preparing the loan item receipt, ensuring input of the control numbers on required items, briefing on care of loaned items, inspecting items upon return for cleanliness and damage to enforce terms of loan contract with customer. 4.1.3 Be physically able to lift items up to 50 pounds. 4.1.4 Operate the loan locker suspense system to ensure timely return of loaned items in FIRST tracking system. 4.1.5 Create annual loan locker budget and spending plan. 4.1.6 Research and submit purchase request forms for loan locker item updates. 4.1.7 Contact delinquent loan locker customers to advise them to return past due items. 4.1.8 Develop marketing plan for loan locker 4.1.9 Develop Continuity binder for loan locker 4.2 Perform routine office duties as needed and assigned, to include but not limited to confirming workshops. 4.3 Greets presenters and sets up slides for various collaborative seminars, workshops, and trainings. 4.4 Set up and take down of classrooms for seminars, workshops, and trainings associated with the promotion of loan locker. 4.5 Serves as program manager for Spouses Welcome Wagon. 4.1.8 Develop marketing plan for program 4.1.9 Develop Continuity binder for program 4.6 Inputs customer data into FIRST computer data system. 5. GOVERNMENT SUPPORT The Airman & Family Readiness Center will provide printing support for materials as required, be available to provide mission and program guidance to the contractor, provide working space, A&FRC calendar of events, pencils, pens, filing and storage space, office equipment, telephone, and computer.. 6. PERSONAL QUALIFICATIONS & REQUIREMENTS The contractor must have at least 2 years of experience with military protocol, organization and structure, and chain of command. The contractor must have at least 2 years of public speaking skills in front of a military audience. The contractor must have at least 2 years of personal experience with the challenges military members and their families face due to military lifestyle. The contractor must be able to communicate clearly by speaking and writing fluently in the English language. The contractor must have at least 2 years of experience in an office setting. The contractor's attire must be suitable for a business office setting. Contractor must be able to lift 50 pounds. The contractor must have at least 2 years of working knowledge with Microsoft Office Suite to include: Word, Excel, and Access; and be able to quickly become proficient on other software as required. Contractor must be an expert on PowerPoint. The contractor must be able to operate basic office equipment (such as audio-visual equipment, copier, scanner, printer, shredder) and be able to learn and operate specialized office equipment required for duties (such as poster-maker, binding machine). The following provisions and/or clauses apply to this acquisition. FAR 52.212-3 (Alt 1) FAR 52.233-4 Applicable Law of Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-6, Notice of Total Small Business Set Aside, FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.247-34 F.O.B. Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 52.247-7023 Transportation of Supplies by Sea Alternate III. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates 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 (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.219-28 Post Award Small Business Program Representation. DFARS 252.212-7001, Contract Terms and Conditions (Deviation). AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman (10 Aug 05). FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.209-6 Protecting the Governments Interest. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. Vendors must be actively registered with the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA). The CCR website is http://www.ccr.gov and the ORCA website is https://orca.bpn.gov. Contractors are also asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 p.m. PST on May 12, 2008. Quotes may be transmitted by e-mail (preferred method) or to FAX number (707) 424-5189. The point of contact for this solicitation is Andrew Pratt, 2LT, Contract Specialist, (707) 424-7766, andrew.pratt-02@travis.af.mil. Alternate point of contact is Josephine Cobb, Contracting Officer, (707) 424-7720.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f83b361955702cd7cf5702ad4d97b32&tab=core&_cview=1)
 
Place of Performance
Address: 350 Hangar Ave. Bldg #549, Travis AFB, California, 95687, United States
Zip Code: 95687
 
Record
SN01565471-W 20080504/080502215417-5f83b361955702cd7cf5702ad4d97b32 (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.