Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

R -- National Character Leadership Symposium (NCLS) Conference Support - NCLS Wage Determination - NCLS Performance Work Statement (PWS)

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0068
 
Archive Date
8/12/2011
 
Point of Contact
Karen L Jackson, Phone: 719-333-4060, Marlene M. Kleckner, Phone: 719-333-8922
 
E-Mail Address
karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil
(karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NCLS Performance Work Statement (PWS) dated 14 July 2011 NCLS Wage Determination No. 2005-2079, Rev 12, Date of Revision 06/13/2011 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 Quotation (RFQ) IAW FAR Parts 12 & 13. Solicitation number FA7000-11-T-0068 is for National Character Leadership Symposium (NCLS) Conference Support to include the attached Performance Work Statement (PWS), dated 14 July 2011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, 5 July 2011. The North American Industry Classification System Code [NAICS] is 518210 and the size standard is $25,000,000.00. This is a Small Business Set-Aside. All responsible small businesses 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. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide conference support. Provide pricing for each of the following line items: LINE ITEM 0001 Description Qty Unit Price Extended Price NCLS Registration support IAW 10 Months $_________ $____________ the attached PWS dated 14 July 2011 - Monthly payments will be made based on accepted deliverables IAW Appendix E of the PWS dated 14 July 2011 LINE ITEM 0002 Description Qty Unit Price Extended Price Credit card transaction fees will be 1,000 $1.00 $1,000.00 reimbursed to the contractor IAW the attached PWS dated 14 July 2011 and IAW Appendix E of the PWS dated 14 July 2011 <Offerors are not required to provide pricing for this CLIN> LINE ITEM 0003 Description Qty Unit Price Extended Price Travel reimbursement (airline, car 2,000 $1.00 $2,000.00 rental, per diem) for costs IAW PWS dated 14 July 2011 and the Joint Federal Travel Regulation <Offerors are not required to provide pricing for this CLIN> *** NOTE: Offerors should total LINE ITEMs 0001, 0002, and 0003 and enter the amount in for the TOTAL PRICE. The price inserted by the Government for CLIN 0002 and CLIN 0003 will be included in the TOTAL PRICE for purposes of evaluation and award. *** TOTAL PRICE $ _________________ The following Federal Acquisition Regulation (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The contractor shall submit their quote on company letterhead to include the following: 1. Solicitation number 2. Contact name, address, telephone number of the offeror 3. DUNS number 4. Cage code 5. Tax identification number 6. Small business size standard and NAICS code 7. Unit price 8. Extended price 9. Discount terms 10. Delivery terms The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items (May 2011), 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 Alt I shall be completed in hard copy and submitted with quote. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) Quotes must be received no later than 12:00 pm NOON Mountain Standard Time, 28 July 2011 at 10 CONS/ LGCB, Attn: Karen Jackson, 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 719-333-9075. Questions and responses should be addressed to the Primary POC Karen Jackson, Contract Specialist, USAF Academy (719) 333-4060, karen.jackson@usafa.af.mil. All questions must be submitted NLT 4:00 pm Mountain Standard Time, 21 July 2011. Alternate POC is Marlene Kleckner, Contracting Officer, (719) 333-8922, marlene.kleckner@usafa.af.mil. Offers received after the specified date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. The amount the Government inserted into CLIN 0002 and CLIN 0003 will be included in the total price for purposes of evaluation/award. Offeror will first be ordered by price. The offeror with the lowest price will then be evaluated based on the following technical criteria on a pass/fail basis: • Vendor shall provide a sample schedule in MS Project format covering the period of award through 1 October 2011. Schedule shall address at least four of the eight deliverables listed in Section 9 of the PWS. This will include task completion dates (Ref: Section 9 deliverables table). • Vendor shall provide details on what anti-virus software package will be used to protect this hosted web environment against a minimum of Internet Protocol spoofing, packet sniffing and Trojan horses IAW AFI 33-129 Chapter 12, para 12.2.1-12.2.3. • Vendor shall submit information for at least two separate events requiring website conference hosting services that managed a minimum of 500 concurrent users, up to 3500 concurrent users. Information shall include company name and Point of Contact (POC) information of individual(s) who can verify event support. The offeror with the lowest price that has been determined to be technically acceptable based on the evaluation criteria will be awarded the contract. If the lowest priced offer passes on all three technical criteria, award will be made to that offeror and no further evaluations will take place. If the lowest priced offer does not pass all technical criteria, the next lowest offer will be evaluated for technical acceptability and if required, the process will continue until an offer passes technical acceptability of all three criteria. In the event no offerors meet all three technical evaluation criteria, the Contracting Officer will make a best value assessment for award. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010), with the following addenda, applies: Addendum to FAR 52.212-4(c) Changes Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011)(Deviation), applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 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 (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 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) 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.222-42, 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 contract 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 Computer Programmer IV $27.51 + benefits Computer Systems Analyst II $27.51 + benefits (End of Clause) FAR 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 Department of Defense FAR Supplement (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) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.227-7015 Technical Data - Commercial Items (Mar 2011) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.247-7023 Alt III Transportation of Supplies by Sea Alternate III (May 2002) AFFARS 5352.201-9101 Ombudsman (Apr 2010) (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 719-333-2379 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) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 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, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) 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 [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, 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. (End of clause) AFFARS 5352.242-9001 Common Access cards (CACs) for Contractor Personnel (Aug 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0068/listing.html)
 
Place of Performance
Address: USAF Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02498458-W 20110716/110714234624-ad47a61601db7fc5799937b089ac87d0 (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.