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
MODIFICATION

R -- Integrated Defense Risk Management Plan

Notice Date
7/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PF341102A001
 
Archive Date
8/13/2011
 
Point of Contact
Kevin O. Grant, Phone: 2106527750, Capt. Collin C. Christopherson, Phone: 210-652-7824
 
E-Mail Address
kevin.grant@randolph.af.mil, Collin.Christopherson@randolph.af.mil
(kevin.grant@randolph.af.mil, Collin.Christopherson@randolph.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The Solicitation number F3PF341102A001 is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-52. (iv) This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business under the applicable NAICS 541690 with a size standard of $7,000,000.00. (v) Contract line item numbers (CLINs): CLIN Quantity Unit of Issue Description Deliverable 1 Deliverable 2 0001 1 Lot Randolph IDRMP 60% Pmt (Draft Submittal) 40% Pmt (Final Acceptance) 0002 1 Lot Lackland IDRMP 60% Pmt (Draft Submittal) 40% Pmt (Final Acceptance) 0003 1 Lot FSH IDRMP 60% Pmt (Draft Submittal) 40% Pmt (Final Acceptance) 0004 1 Lot 502 ABW IDRMP 60% Pmt (Draft Submittal) 40% Pmt (Final Acceptance) *Partial Integrated Defense Risk Management Plan (IDRMP) assessments have been completed for Lackland AFB and Fort Sam Houston that shall be utilized in the completion of this requirement. Contractors may request the reports from the Contract Manager identified in section (xvi) of this notice. The contractor shall comply with DoD Regulation DoD-R 5400.7, Freedom of Information Act, DoD-R 5200.1, Information Security, and the associated AF Supplements in relation to, "For Official Use Only" documents. Prospective contractors will need to take the necessary steps to view partial reports before proposals. (vi) Description of Supplies/Services This requirement requires the completion of Integrated Defense Risk Management Process (IDRMP) assessments and the development of Integrated Defense Plan (IDP) at 502nd ABW, Joint Base San Antonio to include Lackland and Randolph AFBs and Fort Sam Houston in San Antonio, Texas in accordance with the Statement of Need attached to this posting. (vii) Date and Place of delivery and acceptance and FOB point. HQ AETC/A7SX 1851 First Street East, Suite 2 Randolph AFB TX 78150 Required Delivery Date: Contractor shall propose delivery date in technical proposal - see item viii below. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) In accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) (a) The Government will award a firm-fixed price 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: (1) Price (Price Proposal) The firm-fixed price shall include lot price per CLIN that is fully burdened with travel costs. Offerors shall utilize the bid schedule (Attachment 3) for price proposals. (2) Conformance to Description of Supplies (Technical Proposal) Offerors shall: (a) Demonstrate their approach to meet or exceed the requirement as specified in the Statement of Need AND (b) Demonstrate the capability and experience to conduct and execute a security risk analysis study by providing a sample of two (2) similar studies completed by the offeror. (3) Contractor Responsibility In accordance with FAR 9.104-6, Contractor Responsibility will be evaluated by reviewing the Federal Awardee Performance and Integrity Information System (FAPIIS). Award will be made utilizing Simplified Acquisition Procedures. Evaluation procedures in FAR 13.106-2 will be utilized. In determining best value, Conformance to the Description of Supplies is more important than price. The Contracting Officer will make a determination that the total firm-fixed price is fair and reasonable based on the factors contained herein. (x) The provision at 52.212-3, Offeror Representation and Certification of Commercial Items (Aug 2009), applies to this acquisition. Offerors shall submit Representations and Certification with proposal or be registered in ORCA. (xi) The clause 52.212-4, Contract Terms and Conditions shall apply to this acquisition as follows: 52.212-4, Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes, such as changes in the paying officer, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if: (a) The ASI modifies a unilateral purchase order; and, (b) The Contractor agrees verbally or in writing; (3) Any change made before work begins if: (a) The change is within scope of the original order, (b) The Contractor agrees; or, (c) The modification references the Contractor's verbal or written agreement. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition and the following FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May May2004) (15 U.S.C. 657f); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii)Additional Requirement(s) or Terms and Conditions The following clauses and provisions are incorporated in full text: FAR 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: http://farsite.hill.af.mil. FAR 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 clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.203-3 Gratuities; 52.204-7 Central Contractor Registration; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.204-7004 Alt A CCR, 252.212-7001 Deviation; 252.225-7001 Buy American Act and Payment; 252.225-7002 Country Sources; 252.225-7012 Preference for Domestic Commodities; 252.232-7003 Submission of Payment Req/Rept, 252.243-7001 Pricing of Contract Mods, 252.212-7000 Offeror Reps and certs. Commercial; 52.223-5 Pollution Prevention and Right-to-know Information, 5352.215-9000 Facility Clearance, 5352.223-9001 Health and Safety on Government Installations, 5352.242-9000 Contractor Access to Air Force Installations, 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel, 52.204-9 Personal Identity Verification of Contractor Personnel, For Official Use Only: The contractor shall comply with DoD Regulation DoD-R 5400.7, Freedom of Information Act, DoD-R 5200.1, Information Security, and the associated AF Supplements. These regulations set policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding Controlled Unclassified Information/For Official Use Only (FOUO) material. See Attachment 2 for specific guidance. 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 Center/MAJCOM or AFISRA ombudsmen, Mr. David Jones, 2035 First Street West, Randolph AFB TX 78150-4304, telephone 210-652-5815, fax 210-652-8344, david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating: Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address: http://www.bis.doc.gov/dpas/default.htm (xv) Proposals must be submitted to the contract manager and contract officer via e-mail listed in section (xvi) by 4:00pm CST 29 July 2011. Offerors are responsible for verifying that their proposals are received by the date detailed in this notice. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Contract Manager Kevin O Grant (210) 652-7750 Kevin.grant.10@us.af.mil Contracting Officer Capt Collin Christopherson (210) 652-7721 Collin.christopherson.1@us.af.mil List of Attachments: Attachment 1 - Statement of Need Attachment 1-1 - Extract from DoD-R 5400.7 and appendix 3 of DoD-R 5200.1. Attachment 2 - DD 254 Attachment 3- Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PF341102A001/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, to include the following: Randolph AFB, Lackland AFB, and Fort Sam Houston Texas., San Antonio, Texas, United States
 
Record
SN02499698-W 20110716/110715000002-46424cc621a270c52e7e59f0c7129916 (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.