Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

U -- Arts and Crafts Instructor Services-MDC Guaynabo - Attachments

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP03061000003
 
Archive Date
1/14/2011
 
Point of Contact
Dennis E. Dempsey, Phone: 972-352-4541, Roderic D. Wise, Phone: 972-352-4542
 
E-Mail Address
dmdempsey@bop.gov, rwise@bop.gov
(dmdempsey@bop.gov, rwise@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote under the number RFQP03061000003. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. Upon request, the Contracting Officer will make their full text version available. Also, the full text version of provisions and clauses may be accessed electronically at: www.acquisition.gov/far. This action is a total small business set-aside. The North American Industrial Classification System (NAICS) Code is 611699 - All Other Miscellaneous Schools and Instruction and the Small Business Size Standard is $7 Million. ARTS AND CRAFTS INSTRUCTOR SERVICES - SCHEDULE OF ITEMS PRICING METHODOLOGY: The contractor shall provide Arts and Crafts Instructor services upon request by the institution as detailed in the Statement of Work. The contractor shall include all associated charges to the Government for providing the services required by this solicitation/contract (e.g., fees, permits, insurance, overhead, profit, minimum wages, etc.). You are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting in accordance with FAR 52.212-1 (g). The quantity of supplies/services to be provided by the contractor is estimated in the Schedule of Items. These estimates are not a representation to a quoter or contractor that the estimated quantities will be required or ordered, or that conditions effecting requirements will remain stable or normal. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract. You are required to submit a completed copy of the Schedule of Items inclusive of the base year and all option periods. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. ORDERING OFFICIAL: In accordance with FAR 52.216-18, request for services will be made via issuance of individual task orders. Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment. COMMON LAW: If the resulting contract is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employee relationship. Therefore, the FBOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual's taxes. These responsibilities apply only when award is made to an individual. It does not apply to companies or individuals that are incorporated. For evaluation purposes, an additional 7.65% will be added to the price submitted by individuals who are not incorporated. If has been determined that Arts and Crafts Instructor services is classified as a Common Law position. (This paragraph will be removed when not applicable) CONTINUATION OF SF1449 - Block 10: Notice of 100% set-aside for Small Business. Any award resulting from this solicitation will be made to a small business concern. (An individual is considered a small business) Contractor agrees that in the performance of the contract for these services, at least 50 percent of the cost of contract performance incurred for wages of personnel shall be expended for employees of the concern in accordance with FAR 52.219-14 Limitations on Subcontracting. Employed: Services are provided on behalf of an entity and the employee receives a W-2 form. Sub-Contractor: Services are provided on behalf of the entity and receives a 1099. Block 17a.: Contractors contract administration matters will be handled by: Contractor's Name________________, Title________________, Address________________, City________________, State________________, Zip________________, Telephone Number________________, Fax Number________________, E-mail address________________, ARTS AND CRAFTS INSTRUCTOR SERVICES - STATEMENT OF WORK GENERAL INFORMATION: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a firm-fixed price indefinite-delivery, requirements type contract for the provision of Arts and Crafts Instructor services which meets the requirements outlined in this statement of work to be performed for the Metropolitan Detention Center (MDC) Guaynabo located near Catano, Puerto Rico. General information regarding the Federal Bureau of Prisons (FBOP) and its facilities, including MDC Guaynabo, is located at www.bop.gov. PLACE OF PERFORMANCE: Arts and Crafts Instructor services will be performed in the Recreation Department at MDC Guaynabo, located at Intersection of Road 165 & Highway 28, Catano, PR 00962. SCHEDULE OF PERFORMANCE: The schedule will consist of 624 sessions per year. Sessions will be scheduled at the mutual agreement of the Government and the contractor. When scheduled the contractor will work normally between the hours of 8:00 am and 11:00 am and 12:30 pm to 3:30 pm on Monday and Tuesday, excluding Federal holidays. A session will equal one (1) hour. The Contract Monitor (CM)/Supervisor of Education (SOE) is responsible for defining the schedule. The schedule is subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. Upon agreement, any changes to the schedule must be coordinated with MDC Guaynabo. The schedule is subject to some variation as the needs of the institution may vary. A schedule that is mutually acceptable to the government and the contractor shall be determined after award of the contract. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When a contract employee reports to the institution but is unable to perform services due to such delays, the contractor may be entitled to compensation. Normally, any remaining sessions for that day will be suspended and the contractor will be free to leave and the contractor will not be paid for remaining unperformed sessions. However, if the institution requests that the contractor remain at the institution for eventual performance, the contractor shall be paid for such sessions. The Contracting Office at the institution shall be responsible for negotiating fair and reasonable payment. In the event it becomes necessary for the Government to cancel a scheduled session(s), MDC Guaynabo will provide the contractor with 48 hours written or verbal notice prior to cancelling a session. When advance notice is given, the Government will not be subject to payment for cancelled sessions. In the event of any absence, the contractor shall provide replacement coverage. If the contractor fails to provide coverage, the Government may seek contractual remedy. SUPPLIES/EQUIPMENT: Training aids and all supplies and equipment the contractor may routinely need in the performance of the contract will be provided by the institution. If the contractor requires special equipment or supplies, a written request may be submitted to the CM/SOE for consideration. An approved list of reference materials suggested by the instructor may be purchased by the institution. All records maintained by the contractor under this contract will remain the property of the institution. DESCRIPTION OF RESPONSIBILITIES: The contractor is required to have extensive knowledge in the areas of hand crafts such as card-making, decoupage, basic sewing, and any other art form deemed appropriate. Instructional methods are required to be equivalent to those found in the local public school system. The contractor shall provide lesson objectives and plans, course outlines and prepare a viable curriculum. The contractor shall monitor inmate attendance. Any infractions of institution rules and regulations on the part of the inmate shall be reported to the correctional supervisor or appropriate staff member. The contractor will report by phone, emergencies or extraordinary problems and follow-up with a written statement of the event. RECORDS REQUIRED: Any records maintained by the contractor will remain the property of MDC Guaynabo. The contractor will not be allowed to remove any inmate records or files from the institution. The contractor must maintain all attendance records, enrollment and completion information current. The performance of these services will also be verified by the designated CM/SOE. EDUCATION AND QUALIFICATIONS: The contractor providing Arts and Crafts Instructor services under this contract award: 1. Must have at least two years of experience which displays the ability to teach basic Arts and Crafts. 2. Must be bilingual (English and Spanish). 3. Previous experience in some form of adult education. 4. Work experience in a correctional setting is preferred, but not required. MISCELLANEOUS INFORMATION: The contractor must understand that the Contracting Officer is the only person who can legally commit or obligate the Government to an expenditure of public funds. The Contracting Officer is the only person who can legally change the terms or conditions of the contract and only then by written modification. The contractor is solely responsible for full compliance with all Federal, state, FBOP, and all other applicable laws, policies, rules, and regulations. In the event two or more regulations conflict, the strictest of the regulations shall apply. CONTRACT CLAUSES: 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 FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. ADDENDUM TO FAR 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4. 52.204-4 (AUG 2000) PRINTED OR COPIED DOUBLED-SIDED ON RECYCLED PAPER. 52.204-9 (SEPT 2007) PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL 52.212-4 (MAR 2009)CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS 52.223-5 (AUG 2003) POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION 52.224-1 (APR 1984) PRIVACY ACT NOTIFICATION 52.224-2 (APR 1984) PRIVACY ACT 52.228-5 (JAN 1997) INSURANCE - WORK ON A GOVERNMENT INSTALLATION 52.232-18 (APR 1984) AVAILABILITY OF FUNDS. 52.237-2 (APR 1984) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. 52.253-1 (JAN 1991) COMPUTER GENERATED FORMS The following clauses are incorporated into this resultant contract by full text with applicable fill-in information as follows: MODIFYING: In accordance with FAR 52.104, the JAR clause at 2852.233-70 is herby modified to change the following elements of the clause at paragraph (a). Remove the reference of Contracting Officer Technical Representative (COTR) and replace with Contract Monitor (CM). 52.216-18 (OCT 1995) ORDERING - (a) from the first day of the effective performance period through the last day of the effective performance period. 52.216-19 (OCT 1995) ORDER LIMITATIONS - (a) less than one session, (b)(1) estimated quantities identified in the Schedule of Items within the current performance period; (b)(2) estimated quantities identified in the Schedule of Items within the current performance period; (b)(3) thirty days; (d)five days. 52.216-21 (OCT 1995) REQUIREMENTS - (f) after the last day of the effective performance period. 52.217-8 (NOV 1999) OPTION TO EXTEND SERVICES - prior to expiration of the current performance period. 52.217-9 (MAR 2000) OPTION TO EXTEND THE TERM OF THE CONTRACT - (a) within the first day of the ensuing option period; at least thirty or up to sixty days prior to expiration of the current performance period; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 (APR 1984) AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR - beyond September 30th of the base year or any option year exercised; beyond September 30th of the Base year or any option year exercised. 2852.223-70 UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR)(JUN 1996) 52.21-603-70 CONTRACT MONITOR (CM)(AUG 2008) (a) J. David Ortiz, Supervisor of Education, Education Department, MDC Guaynabo, Intersection of Road 165 & Highway 28, Catano, PR 00962,. 52.24-403-70 NOTICE OF CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (OCT 2005). 52.27-103-72 DOJ RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUN 2004). 52.224-102 (a) SECURITY OF SYSTEMS AND DATA, INCLUDING PERSONALLY IDENTIFIABLE INFORMATION (MAR 2008). 52.224-102 (b) INFORMATION RESELLERS OR DATA BROKERS (MAR 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2010) - (b) 1, 2, 6, 8, 10, 12, 18, 19, 21, 22, 23, 24, 25, 26, & 38. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SPECIAL CONTRACT CONDITIONS: TYPE OF CONTRACT: The Government contemplates the single award of a firm-fixed price indefinite delivery/requirements type contract resulting from this solicitation. The estimated date of award resulting from this solicitation will be August 1, 2010. PERIOD OF PERFORMANCE: The anticipated period of performance of the resulting contract will be as follows: Base Year: Effective Date of Award (EDOA) through 12 months from EDOA; Option Year 1: 13 months from EDOA through 24 months from EDOA; Option Year 2: 25 months from EDOA through 36 months from EDOA; Option Year 3: 37 months from EDOA through 48 months from EDOA; Option Year 4: 49 months from EDOA through 60 months from EDOA. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Be advised that the Government has the unilateral right to exercise an option year in accordance with FAR 43.103(b) and 52.217-9, "Option to Extend the Term of the Contract" and 52.217-8, "Option to Extend Services." The Contractor will commence performance of this contract no later than 30 calender days from the effective date of the award of this contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, MDC Guaynabo, Puerto Rico. CONTRACT ADMINISTRATION: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility will automatically be transferred upon contract award to the Contracting Office at the Contract Administration Office (CAO). In accordance with FAR 42.202, the Contracting Office of MDC Guaynabo, located near Catano, Puerto Rico, is assigned to be the CAO for this contract. This assignment carries with it the authority to perform all normal contract administration functions listed in FAR 42.302(a), items (1) through (70), to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items (1) through (11). CONTRACTING OFFICER RESPONSIBILITY: The CO has the overall and primary responsibility for the administration of this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to: modify or deviate from the contract terms, conditions, requirements, specifications, details, and/or delivery schedules, make final decisions involving deductions from contract payments or other consideration due to the Government, for nonperformance or unsatisfactory performance, whether or not in dispute, terminate the contract for convenience or default, issue final decisions regarding contract questions or matters under dispute. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. CONTRACT MONITOR (CM) RESPONSIBILITIES: The Contracting Officer will designate in writing, if necessary and appropriate, a CM who will be responsible for: a). Monitoring progress, including surveillance and assessment of performance; b). Interpreting the scope of work; c). Evaluating as required; d). Inspection and acceptance; e). Assisting in the resolution of problems encountered by the service provider during contract performance; f). Monitoring funds available for obligation; g). Ensuring that invoices and payments are processed in a timely manner; h). Assisting in the resolution of administrative problems experienced by the service provider during the contract performance. REVIEWS: The Contracting Officer or other designated representative of the FBOP is authorized to review by on-site, review of records, or by any other reasonable manner, the quality of services rendered under this contract. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer. The FBOP reserves the right to require an independent audit of any invoice or bill. INSTITUTION SECURITY/INVESTIGATIVE REQUIREMENTS: The Contractor and/or employees of the contractor entering the institution shall meet certain security requirements to receive an institutional pass as required by FBOP Program Statement 3000.03 dated December 19, 2007. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The department head (program manager) at MDC Guaynabo is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contractor staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the contractor's employees from the beginning of the contract through its duration. The following investigative procedures are incorporated and will be performed as appropriate: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage). By submitting a quotation, the contractor and/or its employees agree to complete the required documents and undergo the listed procedures. An individual who does not pass the security clearances will be unable to perform services under the contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the institution. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual deemed not suitable by the FBOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of the directive is available upon the Contractor's request. In addition, the Contractor and/or Contractor employees shall adhere to institution regulations regarding security, safety, and custody of inmates. It will be necessary for employees to receive limited security training/orientation (approximately four hours) and clearance prior to approval for admission to MDC Guaynabo. The purpose of this program is to familiarize individuals with institution operations, the institution, and general rules of conduct and procedures inside the institution. An annual refresher training (approximately two hours) will also be required, if applicable, for each renewed option year. Reimbursement to the contractor for time spent in institution security orientation will be compensated at a rate commensurate with the current year's contract rate. Individuals shall adhere to all institution regulations regarding conduct and performance. Individuals will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. The contractor will inform his/her employees that intoxicating beverages, drugs, weapons, etc., will not be allowed on institution property in any vehicle or upon any person. Any person suspected of utilizing intoxicating beverages, drugs, weapons, etc., in the performance of this contract will not be allowed on the premises of this institution. Introduction of contraband shall be subject to the penalties prescribed by 18 USC 1791. SCHEDULE OF REQUIRED INSURANCE: As required by FAR clause 52.228-5 entitled "Insurance-Work on a Government Installation," the contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed below: Workers' Compensation & Employer's Liability: The contractor shall comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (FAR 28.307-2(a)); General Liability: The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per accident or occurrence for bodily injury. This insurance shall include contractor's protective and liability. (FAR 28.307-2(b)); Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. NON-PERSONAL SERVICES STATUS MISCELLANEOUS INFORMATION: In accordance with the FBOP Acquisition Policy, Part 37.103 (e), the following provisions are applicable to the work being performed in the contract: The award of this contract will result in a contractual arrangement only and will not be construed as a personnel appointment with the FBOP. The services will not constitute an employer/employee relationship. Payments to the Contractor will be based on the provision of an end product or the accomplishment of a specific task. Results to be obtained are within the Contractor's own unsupervised determination. The Contractor will not be subject to Government supervision except for security related matters, but its efforts will be assessed for quality assurance. This position is a contract position only and does not provide fringe benefits such as Health Care, Retirement, Vacation, or Sick Time except those covered by the Service Contract Act. The contract base year is from effective date of award through twelve months. Four additional one-year options may be awarded as services are completed throughout each year of performance in accordance with the SOW. The Contractor shall not supervise inmates, supervise FBOP staff, participate in inmate accountability, requisition, sign for, or pick up supplies, formulate policy or procedures, or attend meetings, recalls or staff functions. PAYMENT OF SERVICES: Payment terms shall be as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be the 30th day after the designated billing office has received a proper invoice, or the government accepts the services performed by the contractor. Payment terms shall be Net 30 days. The contractor can, however, offer discount payment terms for prompt payments as specified in block 12 on the SF-1449 form for this solicitation/contract. There are special payment terms if awarded as a Common Law employee. This information is required for proper payment of services. Payments shall be made in accordance with FAR Clauses 52.232-25 Prompt Payment (JUN 1997), and 52.232-33 Payment by Electronic Funds Transfer (EFT)-Central Contractor Registration (Oct 2003). METHOD OF PERFORMANCE: The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this Statement of Work as long as the requirements are performed in accordance with standards and methods generally accepted within the Contractor's field of expertise. The performance of the contractor shall be unsupervised, but assessments will be completed. Contractors will have an opportunity to respond to these assessments and independent verification of the assessment may be utilized in the case of disagreement. Completed assessments may be kept on record and may serve as past performance data. The contractor must have the ability to work with an inmate population from a variety of cultural, regional, racial and ethnic backgrounds. PERSONAL CONTACTS: Personal contacts are inmate/students requiring arts and crafts instruction, Bureau employees, and the Education Staff. Personal contacts are for the purpose of instructing students, exchanging of ideas with other professionals, discussions of education plans, and other daily contacts relative to his/her work. INMATE MANAGEMENT: The provision of services under this contract will require frequent contact with inmates. The Contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the Contractor's scope of work shall abide by all rules, in effect, to ensure the safety and well being of all participants. The Contractor will report any infractions of rules and regulations by any inmate to the Supervisor of Education or an appropriate Government employee. PRIVACY ACT NOTIFICATION: The contract will require contract staff to operate a system of records documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for student records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-FBOP source. Any requests for such information shall be forwarded to the CM/SOE for proper disposition. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES: In accordance with FAR 22.1016, the FAR clause located at 52.222-42 is incorporated into this contract by reference. Wage rates and fringe benefits that would be paid if 5 U.S.C. 5341 or 5332 were applicable is $21.55 per hour for a GS-9 Technical Instructor/Course Developer and does not include fringe benefits. This statement is provided for information purposes only, it is not a wage determination. SOLICITATION PROVISIONS: 52.252-1 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 address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) provisions or FBOP provisions may be requested in writing from the Contracting Officer. 52.212-1 (JUN 2008) INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 52.217-5 (JULY 1990) EVALUATION OF OPTIONS 52.237-1 (APR 1984) SITE VISIT ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) TAILORING: In accordance with FAR 12.302(a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. All references to "offer" or "offeror" are changed to read "quote" or "quoter" respectively. At paragraph (c) Period for acceptance of offers; changed to 120 calendar days. At paragraphs (d) Produce samples, (h) Multiple Awards, and (i) Availability of requirements documents, are deleted in their entirety as they have been determined not to be applicable to this solicitation/contract. AWARD METHODOLOGY: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to award a contract under this request for quotations. The basis for selection shall be the technically acceptable lowest priced quote. The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility. Upon satisfactory completion of all applicable certifications and representations, award will be made following an affirmative determination by the Government of a quoter's responsibility. The following provisions are incorporated into this solicitation by full text with applicable fill-in information as follows: 52.233-2 SERVICE OF PROTEST (SEP 2006) - (a) PROCUREMENT EXECUTIVE, FEDERAL BUREAU OF PRISONS, 320 FIRST STREET, N.W., ROOM 5006, WASHINGTON, D.C. 20534. 2852.233-70 PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAR) (JAN 1998) COMMON LAW EMPLOYEE PROVISION (OCT 2003) FREEDOM OF INFORMATION ACT 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999); (a) Price, Technical Merit, and Past Performance. Technical Merit and Past performance when combined are equal to price. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) 52.27-103-71 FAITH-BASED AND COMMUNITY-BASED ORGANIZATIONS (AUG 2005). Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. [End of Provision] SUBMISSION OF QUOTES: Quoters are advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential, privileged and not subject to mandatory disclosure under the FOIA. Sealed quotes shall be submitted on or before the quote deadline of Wednesday, July 14, 2010, no later than 3:00pm Central Time. Quotes shall be submitted to the following address: Dennis Dempsey, Contract Specialist, Federal Bureau of Prisons, Field Acquisition Office, U.S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051. Mailed and hand-carried quotes must be delivered to the Contracting Officer at the address shown above. The official point of receipt for hand-carried quotes will be at the first floor reception area. Quotes received after the proposal deadline will be handled in accordance with FAR 52.212-1(f). Each quoter shall complete and submit the following forms, clauses, and statements with his/her quote. Failure to do so may cause your quote to be considered unacceptable. The following information is required: 1). A brief profile and description of company experience and capabilities on letterhead or business stationary; 2). Documentation of Qualifications: Photocopy of each document evidencing appropriate experience, certification, licensure, etc. A brief description of how the contractor plans to fulfill the contract, along with supporting documentation as indicated. The contractor must specifically identify the individual that will be performing these services under any subsequent contract award. 3). Completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov; 4). Schedule of Items: See Attachment I; 5). Business Management Questionnaire: See Attachment II. All potential quoters are advised that this solicitation includes the clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) which at paragraph (t), Central Contractor Registration (CCR), requires all contractors doing business with the Federal Government to be registered in the CCR database. Quoters should include their Data Universal Numbering System (DUNS) number in their quotes. The CO will verify registration in the CCR database prior to award by entering the potential awardee's DUNS number into the CCR database. Quoters are advised that the appropriate NAICS code must be provided in the CCR registration. FAILURE TO COMPLETE THE REGISTRATION PROCEDURES OUTLINED IN THIS PROVISION MAY RESULT IN ELIMINATION FROM CONSIDERATION FOR AWARD. Questions regarding this requirement may be directed in writing to Dennis Dempsey, Contract Specialist at the e-mail address listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP03061000003/listing.html)
 
Place of Performance
Address: Intersection of Road 165 & Highway 28, Catano, Puerto Rico, 00962, United States
Zip Code: 00962
 
Record
SN02179164-W 20100618/100616234936-36e5f15cb623b2031015688dca22cab2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.