Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
DOCUMENT

R -- SBIRS MGS - Wage Determination 05-2081 - Performance Work Statement

Notice Date
10/24/2008
 
Notice Type
Performance Work Statement
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Buckley AFB, Colorado, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
FA2543-09-R-0002
 
Point of Contact
Patricia Toliver, Phone: 720-847-6803, Thomas Elliott,, Phone: 720-847-9952
 
E-Mail Address
patricia.toliver@buckley.af.mil, thomas.elliott@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SBIRS (SPACE BASED INFRA-RED SYSTEMS) MOBILE GROUND SYSTEM (MGS) 1.This is a combined synopsis/solicitation for a hybrid fixed price and labor hour requirement to provide direct on-site operations and maintenance support for the Colorado Air National Guard. This document is prepared in accordance with (IAW) the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm-fixed price (FFP) quotes are hereby being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA2543-09-R-0002, IAW FAR Parts 12 and 15. NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting Ms. Patricia Toliver at patricia.toliver@buckley.af.mil or 720-847-6803. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 and DCN 20081020. The North American Industrial Classification System (NAICS) number is 541513 and the business size standard is $25M. This is 100% small business set-aside. 2. FAR 16.202 Firm Fixed Price Contracts apply. 3. FAR 52.216-31 Time and Materials/Labor-Hour Proposal Requirements-Commercial item Acquisition (FEB 2007) apply. The government contemplates award of a time and material or labor hour type contract resulting from this solicitation. The offer must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses and profit. The offer must specify whether the fixed hourly rate for each labor category applies to labor performed by (1) the offeror, (2) subcontractors and/or (3) divisions, subsidiaries, or affiliates of the offeror under a common control. Pricing shall be submitted in the following format for base year and 4 option years: LINE ITEM: 0001, SBIRS MGS Support; Quantity: 11; Unit: Months; Unit Price ($): (offeror fill-in); Total ($): (offeror fill-in). Fixed Price LINE ITEM: 0002, SBIRS MGS Extended Hours; Quantity: 1; Unit: Unit Price ($): (Provide Fully Burden Labor Hour Rate); Total ($): Labor hour (FAR 16.2). LINE ITEM: 0003, SBIRS MGS Local Travel; Quantity: 1; Unit: Unit Price ($): (Joint Travel Rate); Total ($): Fixed Price Note: Base year FY09 line items 0001-0003, provide breakout for option years: FY10 line items 0004-0006, FY11 line items 0007-0009, FY12 line items 0010-0012, FY13 line items 0013-0015. Option year line items 0004,0007,0010,0013, SBIRS MGS support Quantity: 12 units, line items 0002, 0005,0008,0011,0014 Fully Burden Labor Hour, line item 0003, 0006,0009,0012,0015 Joint Travel Rate. 4. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. The following FAR provisions apply to this combined synopsis/solicitation. Offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), addenda applies: Contractor shall submit their quote, identifying their company's name, provide solicitation number, name, address, e-mail address, and telephone number of the offeror, unit pricing and an overall total price, as well as their Federal Tax ID Number, CAGE code, DUNS number, size of business with respect to this NAICS, and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008) has been completed electronically on line at http://orca.bpn.gov/, as well as a statement acknowledging any solicitation amendments. 5. The provision at FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition as well. The Government will award a purchase order (PO) resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer IAW FAR 15.101-2 (LPTA) meets or exceeds the acceptability standard for non-cost factors conforming to the solicitation deemed most advantageous to the government, price and other factors considered. The offeror shall submit technical information. The following factors will be used to evaluate offers: proficiency in all mission critical areas marked with asterisk on PWS 1.4.3, PWS items 1.4.4, 1.4.4.1, 1.4.5, 1.4.6, 1.4.7, 1.5.2.1.4, and 4.2.1. Contractor shall ensure personnel possess sufficient aptitude in mission critical administration, operations and maintenance. Failure to meet any single evaluation criteria will make offeror proposal unacceptable. After consideration of all quotes, the lowest price technically acceptable will be selected. NOTE: The offeror shall submit past performance information on at least two (2) recent and relevant contracts, not to exceed four (4) contracts. Only references for the same or similar type contracts are desired. For each past performance contract submitted, the offeror shall furnish the following information: Company/Division name; Service Description; Contracting Agency/Customer; Contract Number; Contract Dollar Value; Period of Performance; Up-to-date Name, mailing address, e-mail address, fax and telephone number of the Contracting Officer; Indication of HUBZone award or other small business award; Comments regarding compliance with contract terms and conditions; Comments regarding any known performance deemed unacceptable to the customer, and not in compliance with the contract terms and conditions and remedies thereof; Identify and explain completion successes and delays, including adherence to program schedules. Also, identify whether the contract was terminated (partial or complete) and the basis for termination (convenience or default), and include the contract number, name, mailing address, e-mail address, and telephone number of the terminating officer. Lastly, provide any information currently available (letters, metrics, customer surveys, etc) which demonstrates customer satisfaction with overall job performance. Offerors with no past performance history will be categorized neutral. 6. The following FAR clause applies to this acquisition, FAR 52.203-3 Gratuities, 52.212-1 Instructions to Offers-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), with the following addenda: 52.204-7 Central Contractor Registration (APR 2008), 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), 52.217-9 Option to extend terms of contract (MAR 2000) (a)The government may extend the term of this contract by written notice to the contractor within 30 days provided that the government gives the contractor a preliminary written notice to its intent to extend at least 60 days before the contract expires. The preliminary notices does not commit the government to an extension (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.219-14 Limitations on Subcontracting (DEC 1996),52.219-28 Post Award Small Business Representation (JUN 2007), 52.222-1 Notice of Government Labor Disputes (FEB 1997), 52.228-5 Insurance--Work on a Government Installation (JAN 1997), 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (APR 2003), 52.233-3 Protest after Award (AUG 1996), 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.242-13 Bankruptcy (JUL 1995), 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.252-6 Authorized Deviations in Clauses (APR 1984), 52.253-1 Computer Generated Forms (JAN 1991). 6.a The following Department of Defense FAR Supplement (DFARS) clauses also apply: DFARS 252.204-7000 Disclosure of Information (DEC 1991), 252.204-7004 Alternate A Central Contractor Registration (SEP 2007), 252.209-7001 Disclosure of ownership or control by the government of a terrorist country (OCT 2006), 252.209-7004 Subtracting with firms that are owned or controlled by the government of terrorist country (DEC 2006), 252.212-7000 Offeror Reps & Certs-Commercial Items (JUN 2005), 252.225-7001 Buy American Act And Balance Of Payments Program (JUN 2005), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004),252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 6. b The following Air Force FARS (AFFARS) clauses also apply: 5352.201-9101 Ombudsman (AUG 2005) (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.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., 5352.223-9001 Health and safety of government installations (JUN 1997), 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007), 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (AUG 2004). 7. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (JUN 2008) applies to this acquisition. Additional FAR clauses cited in that clause applicable to this acquisition are: (b)52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) with Alternate I (OCT 1995),52.219-6 Notice of Total Small Set-Aside (JUN 2003),52.219-8 Utilization of Small Business Concerns (MAY 2004), 52.222-3 Convict Labor (JUN 2003),52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007),52.222-21 Prohibition of Segregated Facilities (FEB 1999),52.222-26 Equal Opportunity (MAR 2007),52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006),52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998),52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006),52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004),52.222-50 Combating Trafficking in Persons (AUG 2007),52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007), 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (AUG 2007),52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006),52.232-34 Payment by Electronic Funds Transfer_Central Contractor Registration (OCT 2003),(c) 52.222-41, Service Contract Act of 1965 (NOV 2007),52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (NOV 2006), and 52.212-5 (JUN 2008) (DEVIATION). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2008) also applies to this acquisition. Additional DFARS clauses cited in that clause applicable to this acquisition are: (b) 252.232.7003 Electronic Submission of Payment Request, NOTEs: a) Referencing FAR 52.222-41, Wage Determination No.: 2005-2081, Revision No.:6, dated 09/30/2008 applies. It is attached for your information. Please note the conformance process identified on pages 9 and 10. b) Referencing FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 14103 GS-12 Step 2 36.45% (End of Clause) 8. Information purposes only Wide Area Work Flow (WAWF) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System Please access http://www.wawftraining.com for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543-09- TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: ADMIN DODAAC: FA2543 ISSUE DODAAC: FA2543 SHIP TO DODAAC: PAY OFFICE DODAAC: F03000 E-Mail Notifications Contract Administrator: Customer: 9. Quotes must be received as soon as possible, but not later than 12:00 PM Mountain Time, 5 November 2008, via email to Ms Patricia Toliver at patricia.toliver@buckley.af.mil. After you send your e-mail, if you did not get a reply, please call Ms. Toliver at 720-847-6803 to confirm receipt. Quotes received after the date and time will be considered late IAW 52.212-1(f) and will not be evaluated.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=320563e7759c70d2cd66048ddfa968db&tab=core&_cview=1)
 
Document(s)
Performance Work Statement
 
File Name: Wage Determination 05-2081 under the service contract act (Wage Determination.pdf)
Link: https://www.fbo.gov//utils/view?id=5e226dcacf5d53c2d47e5f77dfaeee55
Bytes: 1,182.53 Kb
 
File Name: Performance Work Statement (PWS) for SBIRS MGS (SBIRS-MGS OM PWS (25 September 2008) V2.doc)
Link: https://www.fbo.gov//utils/view?id=44a916075de6853f4b3e185bd6f3e756
Bytes: 235.00 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: 137 SWS, 2605 East 8th Street, Greeley, Colorado, 80631, United States
Zip Code: 80631
 
Record
SN01695928-W 20081026/081024214721-320563e7759c70d2cd66048ddfa968db (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.