Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
MODIFICATION

U -- Education Services Advisor - Solicitation 1

Notice Date
8/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3DP1194A001
 
Archive Date
9/10/2011
 
Point of Contact
SHARON D. M. FRASIER, Phone: 302 677-5218, Kazzandra Dexter, Phone: 302-677-5042
 
E-Mail Address
sharon.frasier.1@us.af.mil, kazzandra.dexter@dover.af.mil
(sharon.frasier.1@us.af.mil, kazzandra.dexter@dover.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Pricing Schedule This is a combined synopsis/solicitation for an Education Services Advisor prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q3DP1194A001 and this solicitation is being issued as a Request for Quotes. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 20110518. The North American Industry Classification System Code (NAICS) 611710, size standard is 7.0 million dollars. The contractor shall provide the following services: 0001: The contractor shall provide Education Services Advisor Services at Dover AFB, DE, Education Office in accordance with the attached Statement of Work dated 23 June 2011. Attachment 1: Statement of Work Attachment 2: Wage Determination Attachment 3: Past and Present Performance Questionnaire Attachment 4: Pricing Schedule The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -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 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 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. C. Specific Instructions: PART I - PRICE PROPOSAL Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. PART II - PAST PERFORMANCE INFORMATION - Only references for similar type contracts are desired. Past and Present Performance Questionnaires (Attachment 3): The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of not more than three (3) of the most relevant contracts performed for Federal agencies and commercial customers within the last three years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The provision at 52.212-2, Evaluation - Commercial Items. (a) 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. (b) Using questionnaires, the contracting officer shall seek relevant performance information on each offeror based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances of efforts involving Education Service Advisor Services that are similar or greater in scope than the effort described in this solicitation. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence/Exceptional" performance assessment rating. The purpose of the past and present performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence/ Satisfactory Confidence/ Limited Confidence/ No Confidence and Unknown Confidence, as defined in AFFARS Mandatory Procedures 5315.3, Table 3. Past and present 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 and present performance information for the principal offeror. Offerors with no relevant past or present performance history shall receive the rating "Unknown Confidence/Neutral," meaning the rating is treated neither favorably nor unfavorably. (c) In evaluating past and present 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. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance will be significantly more important than price when being evaluated. (d) If the lowest priced evaluated offer is judged to have a "Substantial Confidence/Exceptional" 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. (e) In the event that the government does not make an award pursuant to paragraph d above, the government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance assessment rating of "Satisfactory Confidence or higher. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. (f) Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions contained in 52.212-1 and its associated Addendum; information shall enable the evaluator to fully ascertain each offeror's capability to perform all the requirements contemplated by this solicitation. Offerors may be asked, at the discretion of the Government, to provide additional information and clarify certain aspects of their proposal or respond to adverse past and present performance information to which the offeror has not previously had an opportunity to respond. Adverse past and present performance is defined as past and present 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 will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (g) The government reserves the right to evaluate proposals and award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Failure of an Offeror's proposal to meet ANY given requirement of the solicitation may result in the entire proposal being found to be unacceptable and eliminated from further competition. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. DELIVERY: All prices shall be FOB Dover AFB, Delaware. 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, IAW FAR 52.107(b). FAR 52.204-7, Central Contractor Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.209-1, Qualification Requirements FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2011) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 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 FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, Central Contractor Registration DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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 contracting 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 15060 Educational Technologist, GS-7 $16.82 + 36.25 % Effective Period: The estimated effective period of this agreement is 1 October 2011 thru 30 September 2012 unless sooner withdrawn in writing by the Contracting Officer or the Contractor. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 26 August 2011, 4:00 p.m. (EST) to the contracting office by email in order to be considered. If you have any questions, please contact the POC below by 17 August 2011. No questions will be considered after this date. POC information: Sharon D. M. Frasier, USAF 436th Contracting Squadron/LGCB 639 Atlantic Street Dover AFB, DE 19902-5639 (302) 677-5218 Voice (302) 677-2309 Fax sharon.frasier.1@us.af.mil ALTERNATE CONTACT: Kazzandra Dexter, USAF 436th Contracting Squadron/LGCB 639 Atlantic Street (302) 677-5042 Voice (302) 677-2309 Fax kazzandra.dexter@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3DP1194A001/listing.html)
 
Record
SN02543771-W 20110824/110822234918-ace9d6e24aa95c2f55943c81ba4df3e4 (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.