Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

U -- Motorcycle Training - Attachments to Combo

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R0S19197A001
 
Archive Date
10/3/2009
 
Point of Contact
Nicholas Burton, Phone: 830-298-5495, Kenneth Winn, Phone: 8302984862
 
E-Mail Address
nick.burton@laughlin.af.mil, kenneth.winn@laughlin.af.mil
(nick.burton@laughlin.af.mil, kenneth.winn@laughlin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4, Wage Determination Attachments 1-3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F2R0S19197A001 is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. CLIN 0001: Provide a service contract for a qualified individual or firm to conduct the Motorcycle Safety Foundation (MSF) "Basic Rider Course" for military motorcycle operators assigned to Laughlin AFB. Training must be conducted in accordance with all MSF and Air Force directives pertaining to motorcycle operators. The instructor(s) must be certified by MSF to teach the course. Quantity will be 96 Each. Period of Performance will be Base Year: 1 Oct 09 - 30 Sept 10. There are three (3) option years for this CLIN. CLIN 0002: Provide a service contract for qualified individual or firm to conduct the Motorcycle Safety Foundation (MSF) "Experienced Rider course" (ERC) for military and DoD civilian motorcycle operators assigned to Laughlin AFB. Military dependants and retired military assigned to Laughlin AFB may attend on a space available basis. Training must be conducted in accordance with all MSF and Air Force directives pertaining to motorcycle operators. The instructor(s) must be certified by MSF to teach the course. Quantity will be 96 Each. Period of performance will be Base Year: 1 Oct 09 - 30 Sept 10. There are three (3) option years for this CLIN. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 611692 with a small business size standard of $7.0M dollars. This purchase request is subject to availability of funds and incorporates FAR Clause 52.232-18, Availability of Funds (April 1984). Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 effective 11 Aug 2009 and Class Deviation 2009-O0007 and the Defense Federal Acquisition (DFARS) Change Notice 20090825. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.217-9; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award SB Program Representative; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, As Amended; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know information; FAR 52.229-3, Federal State, and Local Taxes; 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; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.246-4, Inspection of Services; DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.212-7000, Offeror representations and Certifications; DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFAR 252.243-7010, Levies on Contract Payments, DFAR 252.243-7001, Pricing of Contract Modifications, AFAR 5352.223-9001, Health and Safety on Government Installations; FAR 52.212-5 (Dev), Statues or Executive Orders - Commercial Items; DFAR 252.247-7023 Alt III, Transportation of Supplies by Sea, DFAR 252.232-7003, Electronic Submission of Payment Requests, and AFFAR 5352.201-9101, Ombudsman. 52.212-2 -- Evaluation -- Commercial Items. 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: Low Price TechnicallyAcceptable (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-8 -- Option to Extend Services. 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. 52.217-9 -- Option to Extend the Term of the Contract. 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 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 Instructor GS-6 Step4 $16.60 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.252-2 -- Clauses Incorporated by Reference. 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/vffara.htm 52.252-3 -- Alterations in Solicitation. As prescribed in 52.107(c), insert the following provision in solicitations in order to revise or supplement, as necessary, other parts of the solicitation that apply to the solicitation phase only, except for any provision authorized for use with a deviation. Include clear identification of what is being altered. Alterations in Solicitation (Apr 1984) Portions of this solicitation are altered as follows: None 52.252-4 -- Alterations in Contract. As prescribed in 52.107(d), insert the following clause in solicitations and contracts in order to revise or supplement, as necessary, other parts of the contract, or parts of the solicitation that apply after contract award, except for any clause authorized for use with a deviation. Include clear identification of what is being altered. Alterations in Contract (Apr 1984) Portions of this contract are altered as follows: None 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. 5352.242-9000 Contractor access to Air Force installations. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Progra, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Wage Determination WD 05-2521 (Rev.-9), posted 06/02/2009, will apply to this contract. This purchase will incorporate 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 address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alt I, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 12:00 P.M., Central Standard Time on 13 Sept 09. Please send any questions or quotes to 47 CONS/LGCA, ATTN: Lt Nick Burton, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call at (830) 298-5992, send a fax to (830) 298-4178, or e-mail nick.burton@laughlin.af.mil. ATTACHMENTS: 1. SOW 2. Bid Schedule 3. Background Check Forms 4. Wage Determination 94-2521, TX
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R0S19197A001/listing.html)
 
Place of Performance
Address: Laughlin AFB, TX 78843, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN01944841-W 20090910/090909083258-3153f7c5470243a0bd9daa03b71d03b0 (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.