Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

G -- SME FOR JBER CATHOLIC TRANSFORMATION DIRECTOR - Performance Work Statement (PWS)

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
WF1W0WJ0323AG1
 
Archive Date
1/14/2011
 
Point of Contact
Shirley Rush, Phone: 907-552-2464, Justin M. Schuler, Phone: 907-552-2865
 
E-Mail Address
shirley.rush@elmendorf.af.mil, justin.schuler@elmendorf.af.mil
(shirley.rush@elmendorf.af.mil, justin.schuler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This statement of work defines the contractor requirements, government responsibilities, reporting, and control requirements for the Joint Base Elmendorf-Richardson (JBER), Alaska Transformation Director, and JBER Catholic Community This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 streamlined procedures for evaluation and solicitation of commercial items-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. (ii) This solicitation is being issued as Request for Quote (RFQ) Number: WF1WOWJ0323AG1 for Subject Matter Expertise of a JBER Catholic Transformation Director at JBER Elmendorf/Richardson, Alaska. (iii) The solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-45 (iv) The acquisition is 100% Set-Aside for Small Business. The associated NAICS Code for this requirement is 813110. Proposals from all responsible small businesses will be considered. However, only proposals fulfilling the requirement will be evaluated for award. All responsible Contractors shall provide a quote in accordance to the specifications stated herein. Contractor shall submit their quote on company letterhead, name, address, telephone number of the contractor, terms of any express warranty, unit price, and overall total price. This award will result in a Firm-Fixed Price type contract. The Contractor shall propose a firm, fixed price to provide all necessary services. All offers must be in the English language and in US Dollars. (v) This combined synopsis solicitation contain (3) contract Line Item: Base Year: Service Quantity Unit Unit Price Total Price 0001 Minimum: 20 Office Hours per week 52 Ea 0002 Staff meetings 52 Ea 0003 Special Services IAW attached PWS 14 Ea First Option Year 0101 Minimum: 20 Office Hours per week 52 Ea 0102 Staff meetings 52 Ea 0103 Special Services IAW attached PWS 14 Ea Second Option Year 0101 Minimum: 20 Office Hours per week 52 Ea 0102 Staff meetings 52 Ea 0103 Special Services IAW attached PWS 14 Ea (vi) Description of requirements for the items to be acquired: See Attached Performance Work Statement (PWS) vii) Date(s) and place(s) of delivery and acceptance: The contractor will provide service IAW with (PWS) at 673RD ABW Chapel/HC 10427 Kuter Avenue JBER; Alaska 99506-2601 and bill at the monthly rate at the end of each calendar month within the performance period. The period of performance for the contract is for a base period of 12months from the date of initial contract award, plus 2 option years to extend the contract terms. Acceptance shall be accomplished by receipt and approval of the contractor's invoice by the Quality Assurance Personnel; 673RD ABW/HC, Joint Base Elmendorf Richardson, AK 99505-6500. Acceptance shall be accomplished by receipt and approval of the contractor's invoice by the Quality Assurance Personnel; 673RD ABW/HC, Joint Base Elmendorf Richardson, AK 99505-6500 (vii) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial: Submit resumes with your quote that outline the technical capability and past experience that document that you meet the qualification standards stated in the attached Performance Work Statement (PWS). Submit offers not later than 5:00 P.M. Alaska Standard Time (AKST) December 30, 2010. Offers may be submitted via hand delivery, faxed or emailed, but it is the responsibility of the offeror to ensure it is received prior to the date and time specified above. Submit to Shirley Rush, Contract Specialist; email: Shirley.Rush@elmendorf.af.mil ; Phone: 907 552-7750. (viii) FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Experience, and Price. Technical Capability and Past Experience is significantly more important than price. (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) Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. (ix) Offers shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications--Commercial Items, with their quotes if not registered electronic. Offeror shall complete only paragraph (k) of this provision (when applicable) and 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 (b) through (j) of this provision. A copy of the Offerors Representations and Certifications may be obtained from http://farsite.hill.af.mil/. (x) The following provision applies, FAR 52.212-4, Contract Terms and Conditions, Commercial Items. (xi) The following clauses applies: FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs applies to this acquisition. The following additional FAR clauses/ provisions cited in the clause are applicable to the acquisition by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.217-8 Option to Extend Services- Fill in 30 Days FAR 52.217-9 Option to Extend the Term of the Contract Fill ins: 30 Days, 60 Days FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-53 Exemption from Application of the Serviced Contract Act to Contracts for Certain Services-Requirements 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (xii) The following DFARS clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments (xiii) The following Local Clauses apply: AF 5352.242-9001 Common Access Cards (CACs) G-201 Wide Area Work Flow Clause (xiv) The Government reserves the right to award to a single source offering best value to the Government. (xv) Point of contact for questions and submission of offers regarding this requirement is Shirley Rush, Contract Specialist; email: Shirley.Rush@elmendorf.af.mil ; Phone: 907 552-7750 and/or Justin Schuler-Justin.schuler@elmendorf.af.mil ; Phone: 552-2865; Fax: 907 552-7496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/WF1W0WJ0323AG1/listing.html)
 
Place of Performance
Address: 673RD ABW Chapel/HC 10427 Kuter Avenue, Anchorage, Alaska, 99506-2601, United States
Zip Code: 99506-2601
 
Record
SN02345243-W 20101218/101216233907-57acccf705774aa28b3dc42ad94f3cc1 (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.