Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
DOCUMENT

R -- Auxiliary Catholic Chaplain - Bid Sheet

Notice Date
9/8/2008
 
Notice Type
Bid Sheet
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X0CH8074A901
 
Response Due
9/15/2008 1:00:00 PM
 
Archive Date
9/30/2008
 
Point of Contact
Elizabeth M Walker,, Phone: 334-953-6569
 
E-Mail Address
elizabeth.walker@maxwell.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 the Federal Acquisition Regulation (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. Solicitation reference number is F2X0CH8074A901 for Auxiliary Catholic Chaplain Services at Maxwell AFB is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 (12 Jun 2008), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20080812 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2008-0605 (5 Jun 2008). It is the offeror's responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business concerns. The North American Industrial Classification Code (NAICS) is 813110 with a small business size standard of $7M. This acquisition is for the purchase of Auxiliary Catholic Chaplain Services in accordance with the attached Statement of Work. CLIN 0001 - Weekday/Weekend/Holy Day Mass. Base period: 1 Oct 2008 - 30 Sep 2009. Qty: 70 each. Please see attached SOW for additional details. CLIN 0002 - Emergency Sacramental Ministrations. Base period 1 Oct 2008 - 30 Sep 2009. Qty: 5 each. Please see attached SOW for additional details. CLIN 1001 - Option Year 1. Weekday/Weekend/Holy Day Mass. Performance period: 1 Oct 2009 - 30 Sep 2010. Qty: 70 each. Please see attached SOW for additional details. CLIN 1002 - Option Year 1. Emergency Sacramental Ministrations. Performance period 1 Oct 2009 - 30 Sep 2010. Qty: 5 each. Please see attached SOW for additional details. CLIN 2001 - Option Year 2. Weekday/Weekend/Holy Day Mass. Performance period: 1 Oct 2010 - 30 Sep 2011. Qty: 70 each. Please see attached SOW for additional details. CLIN 2002 - Option Year 2. Emergency Sacramental Ministrations. Performance period 1 Oct 2010 - 30 Sep 2011. Qty: 5 each. Please see attached SOW for additional details. CLIN 3001 - Option Year 3. Weekday/Weekend/Holy Day Mass. Performance period: 1 Oct 2011 - 30 Sep 2012. Qty: 70 each. Please see attached SOW for additional details. CLIN 3002 - Option Year 3. Emergency Sacramental Ministrations. Performance period 1 Oct 2011 - 30 Sep 2012. Qty: 5 each. Please see attached SOW for additional details. CLIN 4001 - Option Year 4. Weekday/Weekend/Holy Day Mass. Performance period: 1 Oct 2012 - 30 Sep 2013. Qty: 70 each. Please see attached SOW for additional details. CLIN 4002 - Option Year 4. Emergency Sacramental Ministrations. Performance period 1 Oct 2012- 30 Sep 2013. Qty: 5 each. Please see attached SOW for additional details. The following clauses and provisions are incorporated either by reference or full text and are to remain in full forces in any resultant purchase order. • FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008) applies to this acquisition. Submit signed and dated quotes and company letterhead. The Government will make an award to the lowest price, responsible contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database. • Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2005) with the proposal. • Clauses and provisions may be accessed via the internet at http://farsite.hill.af.mil. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); • FAR 52.204-7, Central Contractor Registration (Apr 2008); • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28, Post Award Small Business Program Rerepresentation (Jun 2007); 52.222-3, Convict Labor (Jun 2003); 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); 52.204-7, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). • FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997). • FAR 52.232-18, Availability of Funds (Apr 1984). • 252.204-7004 Alt A, Central Contractor Registration (Sep 2007); • 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008); • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). • AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) applies. The following clauses are added in full text: 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End Clause) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End clause); AFFARS 5352.201-9101, OMBUDSMAN (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 debriefing, 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, the incumbent is Business Operations Branch Chief, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900, (office), (210) 652-4652 (fax). 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 (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 inquires shall be directed to the Contracting Officer. (End of clause); 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause); Maxwell 114, REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause); Maxwell 119, WAWF-ELECTRONIC SUBMISSION OF INVOICE (JAN 2007) Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: jessica.gramlick@maxwell.af.mil Contract Specialist: elizabeth.walker@maxwell.af.mil Contracting Officer: artis.clayton@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The Defense Priorities and Allocations Systems rating is S10. Offers may be emailed to elizabeth.walker@maxwell.af.mil or faxed to 334-953-3527, ATTN: Liz Walker. Please reference the solicitation reference number F2X0CH8074A901. Please email or fax any questions/comments to Liz Walker at elizabeth.walker@maxwell.af.mil or 334-953-3527. Quotes are required to be received no later than 12:00 pm CST, Friday, 12 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f11aa4093297b99efc39820f8d42867&tab=core&_cview=1)
 
Document(s)
Bid Sheet
 
File Name: Auxiliary Catholic Chaplain Bid Sheet (Bid Sheet.doc)
Link: https://www.fbo.gov//utils/view?id=fbc694bca9833c13b39aa488ec76b3e8
Bytes: 25.00 Kb
 
File Name: Statement of Work (Signed SOW - Auxiliary Priest.pdf)
Link: https://www.fbo.gov//utils/view?id=512d7747b19f0d6ab95f4a7c1f6ef611
Bytes: 67.34 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Maxwell AFB, AL, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01663590-W 20080910/080908222329-8f11aa4093297b99efc39820f8d42867 (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.