Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

R -- Discovery Resource Center Clerk

Notice Date
2/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3DP8221A001DiscoveryClerk
 
Response Due
2/18/2009 4:00:00 PM
 
Archive Date
3/5/2009
 
Point of Contact
Amy Burke,, Phone: 302-677-3744, Lani L Lowe,, Phone: 302-677-5028
 
E-Mail Address
amy.burke@dover.af.mil, lani.lowe@dover.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1: Amended Statement of Work. Added quantity and unit of issue to pricing schedule; added clauses; expanded Instructions to Offerors; corrected email address on Past and Present Performance Questionnaire; extended response date. AMENDMENT 2: Established pass/fail evaluation for technical elements. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Total Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 and DFARS Change Notice 20090115. North American Industry Classification System Code (NAICS) 561110, size standard $7.0M. Reference number F1Q3DP8221A001DiscoveryClerk is issued as a request for quotation (RFQ). IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offer or Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Description of requirement: 0001 Discovery Center Clerk, providing resume writing/job searching assistance, counseling for available services, basic computer support and other services as defined in the statement of work (Attachment 1). Please submit price as follows: 0001 Quantity Unit Unit Price Extended Price Discovery Clerk 7 months NOTE: The period of performance (POP) for this requirement is from 1 March 2009 through 30 September 2009. Although an annual follow-on contract is contemplated for future federal fiscal years, this solicitation is ONLY for the POP 1 March - 30 September 2009. Basis for Award: An Award will be made to the contractor who is determined to offer the Best Value based on price, past performance, and technical aspects. The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation using a Past and Present Performance Questionnaire (Attachment 2). Offeror must send Past and Present Performance Survey to between two and four business references; references shall either email the completed survey to amy.burke@dover.af.mil, or fax to (302) 677-2309. Note the government may also use the information submitted by other sources such as other Federal government offices and commercial sources to assess performance. Please note that the technical aspect of the best value determination includes all elements of the Statement of Work; additionally, a resume is required (if the offeror is the sole employee, only the offeror's resume is required. If the offeror is a company proposing a staffing relationship, a resume for any/all employees intended to fill the position is required). Technical elements will be evaluated on a pass/fail basis. By submission of an offer, the offeror accedes to the terms of this model; all such offers shall be treated equally except for their price, past performance, and technical aspects. Award will be made without discussions - contractors are encouraged to offer their most advantageous pricing with their response. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, each initial offer should contain the offeror's best terms from both a price and a technical standpoint. Failure of an Offeror's proposal to meet any given requirement may result in the entire proposal being found to be unacceptable and eliminated from further competition. FOB: Destination for delivery to 436 MSS/DPF (Airman & Family Readiness Center), Building 263, 1st floor, Dover AFB, DE 19902 The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror Commercial Items. 1. Multiple offers will not be accepted. Multiple awards will not be made. 2. Proposal Submission: The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Format for proposals shall be as follows: Proposals will be submitted on 8.5 by 11 inch paper. Typing shall not be less than 12 pitch. Elaborate formats, binders or color presentations are not desired or required. The data submitted with each proposal shall be complete and concise, but limited to a total of 10 pages. Pages exceeding the page limitations set forth in this solicitation will not be read nor evaluated; excessive pages will be removed from the proposal prior to evaluation. Submit one (1) original, submission may be via email. Contractor's signature shall appear on the document. By submitting a proposal/quote, the offeror accedes to the contract terms and conditions as written in the solicitation with attachments. An SF 1449 solicitation will not be issued. 3. Past and Present Performance Questionnaire: The offeror shall send copies of the Past and Present Performance questionnaire to between two (2) and four (4) Federal agencies or commercial companies for which the offeror has performed similar contract services within the last three (3) years (2006 to present date). The companies receiving the questionnaire shall complete the document and return the questionnaire directly to the contracting office. Note that the contracting office will NOT consider Past and Present Performance questionnaires (references) received directly from the offeror. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Price, (2) Past Performance and (3) Technical. Only firm-fixed price offers will be evaluated. The Government will from this solicitation award a firm-fixed price contract that provides the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.219-6 Notice of Small Business Set-Aside. FAR 52.222-3, Convict Labor 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 ARF 52.222-25, Affirmative Action Compliance. FAR 52.222-26, Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act on 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.201.9101, Ombudsman. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.242-9001, Common Access Cards (CACs) for contractor Personnel Written quotes must be received no later than 18 February 2009 at 4:00 pm EST. Prefer quotes to be e-mailed to amy.burke@dover.af.mil; alternately, fax quotes to (302) 677-2309. If you have questions, please contact Amy Burke via email or telephone (302) 677-3744. Alternately, you may contact Lani Lowe at (302) 677-5028.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=107754a9f2065e8c99bbdcee46111df8&tab=core&_cview=1)
 
Place of Performance
Address: Dover Air Force Base, Dover AFB, Delaware, 19902-5639, United States
Zip Code: 19902-5639
 
Record
SN01751399-W 20090219/090217215508-d1ec8cc71341942a8a7497ad5630a2ac (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.