Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

R -- Sunday Catholic Music Director - SOW

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4BFC00005A002
 
Archive Date
3/4/2010
 
Point of Contact
Michael G. Fredericks, Phone: 719-333-3829, Elizabeth Lawson, Phone: 719-333-3929
 
E-Mail Address
michael.fredericks@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(michael.fredericks@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), reference number F4BFC00005A002, in accordance with FAR Parts 12 & 13. This reference document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-38, Effective 1 Feb 2010 and class deviation 2009-O0009 The North American Industry Classification System Code [NAICS] is 813110 and the size standard is $7M. This is a 100 % Small Business Set-Aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. REQUIREMENT: The USAF Academy Community Center Chapel is looking for a Sunday Catholic Music Director to provide high quality choral and instrumental music for liturgical events. The Catholic Music Director is encouraged and expected to use innovative approaches to efficiently and effectively accomplish the attached Statem ent of Work (SOW) in a timely manner, at a reasonable cost, and in a way that enhances the spiritual value of the Catholic Mass. This requirement is for a base year 21 Feb 10 to 30 Sep 10 and three option years (1 Oct 10 thru 30 Sep 11; 1 Oct 11 thru 30 Sep 12; and 1 Oct 12 thru 30 Sep 13). The Combined synopsis/solicitation is for the following commercial item(s): Submit your quote by completing the Unit price and total price columns below for the base year and all three option years. Base Year Item Description Quantity Unit Unit Price Total Price CLIN 0001 Monthly Performances, 7 Each Rehearsals, and Planning CLIN 0002 Special Services 32 Each Period of Performance is from 21 Feb 10 thru 30 Sep 10 1st Option Year Item Description Quantity Unit Unit Price Total Price CLIN 1001 Monthly Performances, 12 Each Rehearsals, and Planning CLIN 1002 Special Services 52 Each Period of Performance is from 1 Oct 10 thru 30 Sep 11 2nd Option Year Item Description Quantity Unit Unit Price Total Price CLIN 2001 Monthly Performances, 12 Each Rehearsals, and Planning CLIN 2002 Special Services 52 Each Period of Performance is from 1 Oct 11 thru 30 Sep 12 3rd Option Year Item Description Quantity Unit Unit Price Total Price CLIN 3001 Monthly Performances, 12 Each Rehearsals, and Planning CLIN 3002 Special Services 52 Each Period of Performanc is from 1 Oct 12 thru 30 Sep 13 The Provision at 52.212-1, Instructions to Offerors-Commerical, applies to acquisition. Addenda are also outlined below. 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: 1) Price 2) Past Performance Past performance is significantly more important than price Price Evaluation. Initially offers shall be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. Addendum to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) is included below. (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). Paragraph c is not applicable as shown below: (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. Please provide a complete copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I), must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 shall be completed in hard copy and submitted with quote. The Clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items apply to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.219-6 Notice of Total Small Business Set-aside (Jun 2003) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Aug 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS Clauses that apply include 252.212-7001 (DEV), 252.203-7000 and 252.247-7023 (Alt III). Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (NOV 2009), applies to this acquisition with the inclusion of the following 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) and USAFA 5352.242-9000, Contractor Access to Air Force Installations (USAFA Supplemented JULY 2008) applies to this acquisition. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.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) ADDENDUM TO FAR 52.212-1 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2005) Addendum to 52.212-1(b), Submission of Offers. Quotes must be received no later than 4pm Mountain Standard Time, 16 February 2010 at 10 LGC/ LGCB, Attn: Michael Fredericks, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may also be submitted by e-mail to the Primary POC or by fax to 719-333-9103. Questions and responses should be addressed to the Primary POC Michael Fredericks Contract Specialist, USAF Academy (719) 333-3829, Michael.fredericks@usafa.af.mil). Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929, elizabeth.lawson@usafa.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Prices quoted must be Firm-Fixed Price. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." 52.212-1 Proposal Contents/Required Information a. To assure timely and equitable evaluation of the offers, the offeror must follow the instructions contained herein. The quotes/responses must be complete, self-sufficient, and respond directly to the requirements of this solicitation. To be eligible for award the offeror's response to the RFQ must include both PRICE and PAST PERFORMANCE INFORMATION as described below. b. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. 1. PRICE INFORMATION a. Insert proposed UNIT and EXTENDED prices for all Contract Line Items (CLINS) listed above. The extended amount must equal the whole dollar unit price multiplied by the number of units. Include any pertinent information regarding industry standards that may be applicable. b. Either complete Representations and Certifications in ORCA at https://orca.bpn.gov or the necessary fill-ins and certifications in provisions FAR 52.212-3. If FAR 52.212-3 is completed in hard copy it shall be returned along with the contractor's proposal. 2. PAST PERFORMANCE INFORMATION - Provide a list of no more than three (3) references of the most relevant contracts performed for commercial customers, Federal agencies, or other military organizations that have used, or are currently using the same or similar service proposed for this contract. Only references for same or similar services or contracts are desired. The government will evaluate the quality and extent of an offeror's performance deemed relevant to the requirements of this solicitation. A past performance survery will be provided to the references that you provide. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Relevancy is defined as: Relevant - Present/Past performance effort involved much of the same or similar requirements as defined in the specifications to include other type of bags with the same or similar scope, magnitude, and complexity this solicitation requires. Somewhat Relevant - Present/Past performance effort involved some of the same or similar requirements as defined in the specifications to include other type of bags with the same or similar scope, magnitude, and complexity this solicitation requires. Not Relevant - Present/Past performance effort involved either very limited or no services similar in scope, magnitude, and complexity this solicitation requires. The evaluation of past performance information will take into account past performance information regarding key personnel who have relevant experience or subcontractors that will perform major critical aspects of the requirement when such information is relevant to the instant acquisition. Contracts older than three years will not be considered. Furnish the following information for each reference: (i) Company/Division name (ii) Services provided (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified up-to-date name, address, email address, FAX and telephone number(s) for each company Point of Contact. (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. In addition, when determining relevancy and assigning a past performance confidence rating, the government will consider the type of experience, the amount of experience, credentials, magnitude of work (meaning size of church, number of choirs, breadth of experience), flexibility of contractor to meet customer needs, ability of contractor to work and respond kindly to various types of people, and the ability to respond to needs that are specific to the Catholic faith. (d) Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only viewed by Government personnel directly involved in the evaluation process for this acquisition. (e) Contracts provided must be recent, meaning services performed or completed in the past three years. ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). a. BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in accordance with FAR Parts 12 and 13 in which competing offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The evaluation will be conducted using simplified procedures outlined in FAR 13.106. In accordance with simplified procedures, contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. c. The evaluation process shall proceed as follows: Step 1. Rank all proposals by price. The contracting officer is allowed to make comparative analysis of offers to establish best overall value to the government. Step 2 - Evaluate all quotes for ability to meet all requirements of the solicitation Step 3 - Review any and /or all past performnace information available utilizing performance information provided by the contractor, performance questionaires, PPRIRS, contracting officer's personal knowledge, or any other reasonable basis. Using questionnaires, the contracting officer shall seek relevant performance information based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances contracts that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. d. PAST PERFORMANCE RATINGS: The performance assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence or Unknown Confidence as defined in AFFARS Mandatory Procedures 5315.3, Table 3 and shown below. Offerors with no relevant or recent past or present performance history shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. Confidence ratings are defined as follows: SUBSTANTIAL CONFIDENCE: Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE: Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITIED CONFIDENCE: Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE: Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE: No performance record is identifiable or the offeror's performance record is limited that no confidence assessment rating can be reasonably assigned. f. Past performance regarding predecessor companies, key personnel who have relevant experience or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information from the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. If the prime contractor has no past performance and is relying on their subcontractor's past performance, the prime contractor will be assessed an unknown confidence rating and, depending on the past performance information on the subcontractor, their past performance will be assessed as defined in AFFARS Mandatory Procedures 5315.3, Table 3 (shown above) and then the two ratings will be combined. g. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. h. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. i. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. j. Offerors are cautioned to submit sufficient information and in the format specified in the proposals preparation instructions. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors would not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. k. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest of the government. (End of Addendum) ADDENDUM - USAF Academy Invoicing Instruction (Revised 4/23/08) a. In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil. Web Based Training (WBT) is available at http://www/wawftraining.com. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BFC00005A002/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02062467-W 20100212/100210234722-c024f841535e3b2e45fd0343a418f3ad (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.