Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

U -- Military Child Education Consultant

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-09-Q-B007
 
Archive Date
7/7/2009
 
Point of Contact
Marcia K Lee, Phone: 702-652-9574, Juan J. Fajardo, MSgt, USAF, Phone: 702-652-3145
 
E-Mail Address
marcia.lee@nellis.af.mil, juan.fajardo@nellis.af.mil
(marcia.lee@nellis.af.mil, juan.fajardo@nellis.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 the 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 requirement, FA4861-09-Q-B007, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS Code for this solicitation is 611710. Size standard for a small business under this NAICS code is $7M. This solicitation is a 100% Small business Set-Aside. This is a commercial request for the following service: School Liaison Officer-Military Child Education Consultant shall provide all services specified in the Performance Work Statement as advocate for the educational needs of military children particularly, but not limited to, those whose sponsors are assigned to Nellis AFB. All equipment and vehicles shall be inclusive in the submitted quote. Travel is necessary in and around local area to visit local schools, school district offices, school board meetings, and other meetings as required. Local area is considered to be a 35-mile radius from the main gate at Nellis AFB. Contractor is expected to attend annual Military Child Education Coalition (MCEC) Conference which is conducted at various locations around the country. Contractor shall make all travel arrangements (lodging, per Diem, and airfare) in accordance with FAR 31.205-46--Travel Costs. Solicitation and attachments can be found in FedBizOpps https://www.fbo.gov/ under Request for Quote No. FA4861-09-Q-B007. Quotes are due on or before 4:30 p.m., Pacific Standard Time, on 22 June 2009. Electronic quotes are acceptable. Fax/e-mail the quote (including Reps and Certs and descriptive literature) to Marcia Lee at (702) 652-9574 or e-mail to marcia.lee@nellis.af.mil Attachments: 1. Request for Quotes 2. Performance Work Statement Request for Quote No. FA4861-09-Q-B007 Attachment 1 - Request for Quotes, School Liaison Officer School Liaison Officer-Military Child Education Consultant shall provide all services specified in the Performance Work Statement as advocate for the educational needs of military children particularly, but not limited to, those whose sponsors are assigned to Nellis AFB. Period of Performance: Base Year - One year (12 months) from date of award, with possible three (3), one-year option(s), should the Government decide to exercise the option(s). Quotes shall be in the following format: Item Description Qty Unit Unit Total Price Price CLIN 0001 Non-Instructional, non-personal services. 12 Mos _____ ______ Base Year School Liaison Officer for the Airman & Subtotal Family Readiness Center. Services will be required IAW the Performance Work Statement (PWS) attached to this request. CLIN 0002 Travel Expense 1 Year NTE _______ (Outside local area). Payment will be based Subtotal on approved travel as required. Period of Performance: Base year - 12 months from date of award BASE YEAR TOTAL (CLINS 0001 & 0002) __________ CLIN 1001 Non-Instructional, non-personal services. 12 Mos _____ _______ Subtotal School Liaison Officer for the Airman & Family Readiness Center. Services will be required IAW the Performance Work Statement (PWS) attached to this request.. CLIN 1002 Travel Expense 1 Year NTE _______ (Outside local area). Payment will be based Subtotal on approved travel as required. Period of Performance: One year (12 months) OPTION YEAR I TOTAL (CLINS 1001 & 1002) __________ CLIN 2001 Non-Instructional, non-personal services. 12 Mos _____ _______ School Liaison Officer for the Airman & Subtotal Family Readiness Center. Services will be required IAW the Performance Work Statement (PWS) attached to this request. CLIN 2002 Travel Expense 1 Year NTE _______ (Outside local area). Payment will be based Subtotal on approved travel as required. Period of Performance: One year (12 months) OPTION YEAR II TOTAL (CLINS 2001 & 2002) __________ CLIN 3001 Non-Instructional, non-personal services. 12 Mos _____ _______ School Liaison Officer for the Airman & Subtotal Family Readiness Center. Services will be required IAW the Performance Work Statement (PWS) attached to this request. CLIN 3002 Travel Expense 1 Year NTE _______ (Outside local area). Payment will be based Subtotal on approved travel as required. Period of Performance: One year (12 months) OPTION YEAR III TOTAL (CLINS 3001 & 3002) __________ TOTAL CONTRACT VALUE: __________ Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate. The following clauses apply to this solicitation and resulting award: FAR 52.FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items {Defense Federal Acquisition Regulation Supplement (DFARS) Deviation}; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.233-5 Alt II, Pollution Prevention - Right to Know; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3 Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFAR 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. CLAUSES INCORPORATED BY FULL TEXT ADDENDUM TO 52.212-1 Notice to all interested offerors: The following requirements are mandatory for submission of each offer. 1. SUBMISSION OF OFFERS: o One (1) submission of the offer is required. o To ensure fully qualified personnel are employed, the contractor shall provide the contracting officer with a resume and letter of intent to hire for all prospecive employees, to include when there is an employee changeover. o The offer shall be submitted electronically via e-mail by the due date. o Electronic submission of Representations and Certifications is authorized. A. PRICING: o The pricing proposal shall be separate from the technical proposal. o Submit pricing in a one page word-processing or spreadsheet file table (formats should be capable of being read by Microsoft Word, Excel or Adobe Reader) in accordance with the format established per CLIN in Attachment I (CLIN, Quantity, Unit, Unit Price, and Total Amount). o The line item for Travel is a not to exceed (NTE) CLIN.  The contractor shall only invoice for actual costs and ensure costs do not exceed the amount funded per line item.  Do not quote on the CLIN. A lump sum amount will be loaded to cover travel. B. TECHNICAL o Submit a Technical proposal in response to the technical evaluation factors listed in Provision 52.212-2. C. CONTRACTOR RESPONSIBILITY PER FAR PART 9.104-1 o Submit the following for 2-3 DoD contracts similar in scope to this requirement awarded since 1 Jan 07.  Contract number, place of performance and total contract value awarded including all option years  The name, phone number and e-mail of the contract administrator, contracting officer and the program manager (if applicable) o Note that Past Performance will not determine a contractor responsible or nonresponsible. 2. ORGANIZATION OF PROPOSALS o Each offeror shall submit their proposal electronically by e-mail to marcia.lee@nellis.af.mil o On or before 4:30 p.m., Pacific Standard Time, on 22 June 2009. o Each proposal shall be in submitted in word-processing or spreadsheet file formats capable of being read by Microsoft Word, Excel or Adobe Reader. o Page size shall be 8.5 x 11 inches and numbered sequentially. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: Lowest Price - Technically Acceptable o Failure to meet either one of the two technical evaluation factors listed below will make the offeror technically unacceptable. Technical acceptability will be rated on a pass/fail basis. Responses for the technical evaluation factors shall be submitted in narrative format; on paper size 8.5" x 11"; and no more than fifteen pages. To be considered technically acceptable, the offeror must: 1. Demonstrate sound management approach. Describe how the offeror will provide the services proposed, integrate various functions, interface with customers, and deal with problems. 2. Demonstrate how services will be maintained. Describe how the offeror will maintain full performance of services during employee absences and describe any unique or innovative approaches to meeting the requirements of the Performance Work Statement. Offerors should also address any potential personnel risks and provide mitigation plans for these identified risks. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ( (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2008) An offeror shall complete only paragraph (b) of this provision 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 (c) through (m) of this provision. (a) Definitions. As used in this provision -- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (m) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not s joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American Act--Supplies.'' (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian or Moroccan end product," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadianend products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).) (1) Listed End Product Listed End Product • Listed Countries of Origin: • • • • • • (2) Certification. (If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.) ( )(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. ( ) (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) (The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.) ( ) (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ) does ( ) does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. ( ) (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ) does ( ) does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. (5) Common parent. ( ) Offeror is not owned or controlled by a common parent; ( ) Name and TIN of common parent: Name --------------------. TIN --------------------. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) flow down required for all subcontracts subject to the Service Contract Act of 1965 (41U.S.C. 351, et seq.). (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (xi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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 of clause) 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 30 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 4 years, 6 months. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2008) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (10 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 debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Lorraine Cotton, 129 Andrews Street, Suite 102, Langley AFB VA 23655 (e-mail: Lorraine.Cotton@langley.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. (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 inquiries shall be directed to the Contracting Officer. (End of clause) Request for Quote No. FA4861-09-Q-B007 Attachment 2 - Performance Work Statement 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 PERFORMANCE WORK STATEMENT FOR Military Child Education Consultant Support to the 99th Mission Support Squadron Page 1 of 8 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 ______________________________________________________________________________ TABLE OF CONTENTS 1.0 Description Of Services...................................................................................................... 3 2.0 Scope.................................................................................................................................. 3 3.0 Tasks................................................................................................................................ 3 4.0 Performance Standards...................................................................................................5 4.1 Services Summary................................................................................6 5.0 Period of Performance......................................................................................................7 6.0 Contractor Personnel Requirements........................................................................... 7 7.0 Government Furnished Equipment and Services, Duty Location, and Work Hours....7 8.0 Travel.....................................................................................................9 9.0 Security Requirements......................................................................................................... 9 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 1..0 Description of Services 1.1. Introduction: The purpose of this Performance Work Statement (PWS) is to advocate for the educational needs of military children, particularly those whose sponsors are assigned to Nellis AFB. 1.2 Background: Nellis AFB, with approximately 4411 school age children, sits in the middle of the Clark County School District, 5th largest in the nation, broken down into 6 regions each with a superintendent. Schools are the number one concern of military families, and many families do not want to come to Nellis because they have heard "bad things" about the schools. We need a contractor to facilitate positive relationships between the base and the school system, identify, document and find resolutions for issues that affect our students, educate and inform parents, and advocate for our children. 2.0 Scope: Disclosure of any records must be compliance with AFI 33-332, Privacy Act Program. The Contractor shall assist commanders, military personnel, DoD Civilian employees and their families, and manage the demands for the military mission and family, particularly as they relate to school issues, kindergarten through 12th grade. The Contractor will assist and help parents of school-age children understand the local educational community, and act as an advocate and intermediary between the parents, the military community, and local school districts. Duties shall be performed in the Airman and Family Readiness Center (A&FRC) and at other on and off-base public facilities as needed. 3.0 Tasks 3.1 Generate communication between local school authorities, installation senior leadership, parents of military children, and the Airman and Family Readiness Center (A&FRC). Conduct quarterly meetings among principal players. 3.2 Gather, maintain and disseminate contact information for Clark County School District and Regions, superintendents and their representatives, along with related websites, to include State Department of Education website address and name, and contact information of military representative to the state board of education (if applicable). Review applicable information monthly and provide updates to Nellis population as needed. 3.3 Inform the military community as a whole and consult with parents on local educational options including public schools, magnet programs, charter schools, private schools, and home schooling. Contractor will meet with parents and other A&FRC customers one-on-one as needed, and in groups as needed. 3.4 A&FRC is not the Office of Primary Responsibility (OPR) for Special Needs Identification and Assignment Coordination (SNIAC); however contractor shall provide information pertaining to the SNIAC process including installation POCs, school district points of contract, Educational and Developmental Intervention Services (EDIS) where available, Nevada Parents Encouraging Parents (PEP), and other local resources for special needs students, as required. 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 ______________________________________________________________________________ 3.5 Annually gather, maintain and disseminate demographics information on numbers of children of military members in Clark County School District (CCSD), and information on home schooled, public, private, and parochial school demographic numbers. 3.6 Advise A&FRC Director and/or designated staff members as needed of local schools issues/concerns/successes of any military-school issues. Be familiar with, stay current on, and maintain working knowledge of school transition issues and effects of deployment and frequent moves on school children. Provide a quarterly written summary for the prior reporting period, or more often if a serious trend should develop due to changing circumstances. 3.7 Be familiar with, stay current on and maintain working knowledge of dependent education/military child education advocacy organizations such as Military Child Education Coalition (MCEC), Military Impacted Schools Association (MISA) and National Military Family Association (NMFA). 3.8 Attend the school advisory committee meetings (or equivalent) for base zoned schools as needed. If school advisory committee has not been established, provide appropriate military child education information/updates for discussion at Integrated Delivery System meetings. Re-energize the Nellis AFB Community Education Advisory Board; maintain membership list/ minutes, and create agendas. 3.9 Attend monthly CCSD school board meetings. Attend CCSD zoning meetings when on-base Nellis residents will be impacted. Provide written results and outcomes in the quarterly summaries or more often if required by changing circumstances. 3.10 Participate in, or contribute information to, those school/district committee meetings that discuss emergency procedures/plans and other appropriate areas involving transitioning military children. Provide written results at least quarterly or more often if required by changing circumstances 3.11 Provide information to assist families with school-age children with relocation, including partnering with agencies to facilitate workshops for youth who are about to relocate. Participate in weekly Right Start Information Fair. Provide written results at least quarterly or more often if required by changing circumstances 3.12 Educate and inform teachers, counselors and administrators on unique issues impacting military affiliated children. This includes facilitating Military Child Education Coalition (MCEC) Transition Counselor Institutes along with local school district, or providing briefings at PTAs, teacher in-service days, guidance counselor forums, and related forums. 3.13 Engage with school leaders and disseminate to installation leadership and families via print, website, media and oral presentations on items of interest (i.e., understanding required state testing, school exit exams, rising seniors applying for financial aid, student transition, Individual Education Program (IEP) processes for special needs students, and related topics). 3.14 Publicize and solicit support of military community as volunteers in various local school support programs for the purpose of building and maintaining relationships between schools and Nellis AFB. 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 _____________________________________________________________________________________ 3.15 Work cooperatively with other base organizations and representatives of other military services on issues that impact military child education. Conduct at least one minimum parent/school informational session per year. 3.16 Input appropriate customer data/ workshop information into the Air Force Family Integrated Results and Statistical Tracker (AFFIRST) within three (3) workdays of activity and appropriate schools information into Plan My Move/Military Installation database quarterly. Conduct at least a minimum of one (1) parent/school informational session per year, or as needed. Note: The A&FRC will provide Government-furnished personnel computer and access to the Base LAN. A&FRC will ensure Contractor completes all computer security documentation prior to Base LAN access. 3.17 Deliverables: Annually, develop and provide a current print ready handbook of local school information for parents of military children. Ensure parents have access to general information on local schools (i.e. student population, % military students, grade scale, specialty programs, student-teacher ratio), school districts, points of contacts, base resources, and other need-to-know information. Handbook will be developed in collaboration with the Chief, A&FRC. 4.0 Performance Standards 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 _____________________________________________________________________________________ 4.1 Military Child Education Consultant Support Services Summary Performance Objective PWS Reference Performance Threshold Surveillance Schedule 1. Generate communication between local school authorities, installation senior leadership, parents of military children, and the A&FRC. 3.1 Conduct quarterly meeting among principal players. Customer complaint 2. Maintain current contact information for all Clark County School District superintendents and representatives plus websites. 3.2 Review applicable information monthly and provide updates to Nellis population as needed. Periodic 3. Consult with Nellis parents on local educational options. (Reference Para 3.16) 3.3 and 3.16 Meet with parents one-on-one as needed or with groups as needed. Conduct at least a minimum of one parent/school informational session per year. Periodic, customer complaint 4. Provide Special Needs Identification and Assignment Coordination (SNIAC) process. 3.4 Coordinate as required with SNIAC officer to discuss issues. Periodic 5. Maintain demographic info on numbers of military children in the Clark County School District. 3.5 Update annually after initial official school count. 100% 6. Keep A&FRC staff updated on all military school issues/concerns/successes. Be familiar with, stay current on, and maintain working knowledge of school transition issues and effects of deployment and frequent moves on school children. 3.6 Provide a written summary at least quarterly or more often if required by changing circumstances. Periodic 7. Provide summary of issues, concerns, successes. 3.9, 3.10 and 3.11 Provide written results at least quarterly or more often if required by changing circumstances. 100%, periodic 8. Provide information to parents of children relocating or transitioning from the military. 3.11 and 3.12 Participate weekly with Right Start Information Fair. Periodic 9. Provide information/briefings to school teachers, PTAs, guidance counselors, etc. 3.11, 3.12, 3.13, 3.14 and 3.16 As needed but at least once per quarter. Periodic 10. Input/Update military school data into the AFFIRST system and the Plan My Move Section of Military Home front. 3.16 Within 3 workdays of activity. Conduct at least 1 parent/school informational session per year. 100%, periodic 11. Develop and provide a current print ready handbook of local school information for parents of military children. 3.17 Annually. 100% 5.0 Period of Performance: Performance period for this PWS will be for one year (12 months) from date of contract award, with three (3) one-year option(s) should the Government decide to exercise the option(s). 6.0 MCEC Personnel Requirements 6.1 General: The Military Child Education Consultant (MCEC) shall have knowledge of policies and regulations governing the operations of public schools systems and Department of Defense Education Activity (DoDEA) and knowledge of primary and secondary school program practices. A minimum of a bachelor's degree in a social services related field is required. Post graduate education is highly desirable. 6.2 Other Significant Factors/Qualifications. 6.2.1 Speak, write, and understand the English language fluently. 6.2.2 Contractor shall dress in appropriate business attire while in performance of contract. 6.2.3 Experience in public speaking is highly desirable. 6.2.4 Working knowledge of Microsoft Office products and Internet research. 6.2.5 Basic understanding of military structure and protocol, support group organizations, family systems in a military setting, and ability to work effectively with diverse groups. 7.0 Government Furnished Equipment and Services, and A&FRC Operating Hours. 7.1 Government Furnished Property 7.1.1 Government Furnished Facilities. 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 _____________________________________________________________________________________ The Government will provide workspace, desk, and personal computer to be used only for/in support of this requirement, associated equipment, and office supplies at the A&FRC. Government facilities have been inspected for compliance with the Occupational Safety and Health Act (OSHA). There are no identified hazards for which work arounds have been established. Should a hazard be identified, the Government will correct OSHA hazards according to base wide Government developed and approved plans of abatement taking into account safety and health priorities. A higher priority for correction will not be assigned to the facilities provided hereunder merely because of this contracting initiative. The fact that no conditions have been identified does not warrant or guarantee that hazards do not exist, or that work around procedures will not be necessary, or that the facilities will be adequate to meet the responsibilities of the contractor. Compliance with the OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor. Further, the Government will assume no liability or responsibility for the contractor's compliance or noncompliance with such requirements, with the exception of the aforementioned requirement to make corrections according to approved plans of abatement subject to base wide priorities. Before any modification of the facilities performed by the contractor at his or her expense, the contractor must furnish the contracting officer documentation describing, in detail, the modification requested. No alterations to the facilities shall be made without specific written permission from the contracting officer. In the case of alterations necessary for compliance with the OSHA, such permission shall not be unreasonably withheld. The contractor shall return the facilities to the government in the same condition as received, fair wear and tear and approved modifications excepted. These facilities shall only be used in performance of this contract. 7.1.2 Government Furnished Equipment (GFE). The Government will provide the contractor equipment listed in PWS Attachment 2a. 7.1.2.1 Equipment Inventory. An inventory of Government furnished equipment must be done not later than 5 calendar days before start of the contract, within 10 calendar days of the start of any option periods, and not later than 10 calendar days before completion of the contract period (including any option periods). The contractor and a Government representative (identified by the contracting officer) shall conduct a joint inventory of all Government furnished equipment and the contractor shall sign a receipt for all equipment provided by the Government. Items of equipment missing or not in working order shall be recorded and the contracting officer notified in writing. The contractor and the Government representative shall jointly determine the working order and condition of all equipment and document their findings on the inventory. In the event of disagreement between the contractor and the Government representative on the working order and condition of equipment, the disagreement shall be treated as a dispute under the contract clause entitled "Disputes." Contractor is to sign/date "transfer of property form" at time key transfer to contractor is accomplished. 7.1.2.2 Obtaining Replacement of Government Furnished Equipment. The contractor shall submit requests for replacement of Government furnished equipment to the QAP for processing. Such requests shall specify the reason for the replacement request. 7.1.3 Government Furnished Materials (i.e., office supplies, etc). The Government will provide the materials listed in PWS Attachment 2b for performance of services by the contractor for the duration 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 _____________________________________________________________________________________ of the performance period of this contract. The initial stock of materials provided shall be inventoried not later than 5 working days before contract start, by the contractor and a Government representative designated by the contracting officer. Any additional required items shall be annotated on the inventory and the contracting officer notified. The Government will provide these additional materials within 30 days after the start date. The contractor shall be responsible for keeping enough materials on hand for the performance of the contract according to its terms. If additional materials are authorized by the contract, the contractor shall request such additional materials by providing a written request to the QAP at least 30 calendar days before the required delivery date of the materials. At the conclusion of the contract period, including any option periods, the contractor shall return all residual inventory to the Government. 7.2 Government Furnished Services 7.2.1 Government Furnished Utilities. The government will furnish all electrical, water, heating and cooling and other utilities at no cost to the contractor. 7.2.2 Telephone Services. The government will furnish all telephone service required for the performance of tasks in this WS plus a phone line and standard phone service for each employee of the contractor at no cost to the contractor. Any personal or contractor related telephone service not related to the performance of tasks in this WS shall be paid for by the contractor. 7.2.3 Security Police and Fire Protection. The government will furnish security police and fire protection at no cost to the contractor. 7.3 A&FRC operating hours are Monday through Friday from 0730-1630. The contractor shall provide a monthly schedule of hours available at the A&FRC office. 8. Travel. Contractor shall attend annual Military Child Education Coalition (MCEC) Conference which is conducted at various locations around the country. Contractor shall make all travel arrangements (lodging, per Diem, and airfare) in accordance with FAR 31.205-46-Travel Costs. Upon travel completion, contractor shall provide an invoice, with receipts, to the QAP for travel payment. Travel will be coordinated with the 99 CONS Contracting Officer to ensure compliance with applicable contracts and regulations. 9. Security Requirements. Project is unclassified - access to classified information is not required. 9.1 Physical Security. The contractor shall be responsible for due diligence and care of all government property provided for contractor use. In the event the Contractor needs to utilize the A&FRC after duty hours, the contractor shall be responsible for securing the facility, equipment and materials. 9.2 Key Control. Contractor shall comply with A&FRC key control procedures. 99th Mission Support Squadron PWS for Military Child Education Nellis AFB NV Consultant, 11 June 2009 _____________________________________________________________________________________ Attachment 2a Government Furnished Equipment Personal Computer Office Furniture Office Phone Use of FAX Machine and Copier Attachment 2b Government Furnished Materials Office supplies available on-hand and through the Government Purchase Card Holder and Approving Official. PLEASE NOTE: IF ANY OF THIS INFORMATION DOES NOT PRINT CLEARLY, PLEASE CONTACT ME AT marcia.lee@nellis.af.mil AND I WILL EMAIL THE INFORMATION TO YOU.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-09-Q-B007/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Combat Command, 99th Contracing Squadron, 5865 Swaab Blvd, Bldg 588, Nellis Air Force Base, Las Vegas, Nevada, 89191-7063, United States
Zip Code: 89191-7063
 
Record
SN01842208-W 20090613/090611235304-f1a36de03f06aeefb4e347a5df727110 (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.