Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

R -- Maxwell Chapel Protestant Religious Education Support - Performance Work Statement

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X0CH1166A907
 
Archive Date
9/22/2011
 
Point of Contact
Ian Y. Coleman, Phone: 334-953-5611
 
E-Mail Address
Ian.Coleman@maxwell.af.mil
(Ian.Coleman@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Protestant Religious Education Coordinator GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL has a requirement for Protestant Education Support as described in the Schedule Services provided below. This is a streamlined combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with the additional information included in this notice. This announcement constitutes the only notice for this action. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2X0CH1166A907). The solicitation document and incorporated provisions and clauses are those governed by Federal Acquisition Circular 2005-53 (4 Aug 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice effective 19 Aug 2011. It is the contractor's responsibility to become familiar with all applicable clauses and provisions. A Firm Fixed Priced Award will be made to the responsible offeror whose quote is found to provide the best value to the Government. NAICS Code: 611710 Small Business Size Standard: $7.0 Million. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: The chapel at Maxwell AFB, AL, has a requirement for Protestant religious education support services. A Protestant Religious Education Coordinator is being sought to serve as the advisor and coordinator for the Maxwell Air Force Base Protestant Community. The coordinator will consult with and assist the Senior Protestant Chaplain. The Schedule of Services provided below details all required items and quantities. This acquisition will be awarded under Simplified Acquisition Procedures as a 100% Small Business Set-Aside. This solicitation does not in any way bind the government to any costs incurred in the preparation of proposals or any actions taken by contractors in response to this requirement. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Protestant Religious Education Support in the form of a Protestant Religious Education Coordinator, Period of Performance: 30 Sep 11- 29 Sep 12, please reference the attached Performance Work Statement Quantity: 12 months QUOTATION PREPARATION INSTRUCTIONS To ensure the timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ and address the ability to satisfy all requirements of the attached Performance Work Statement. a. By submitting a quote the offeror accedes to all solicitation requirements, including technical, the terms and conditions detailed, and the provided specifications (CLIN 0001) for this requirement. b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. If this information has already been completed online via the Online Representations and Certifications Application (ORCA), then it will not need to be provided separately. c. Offerors must provide a unit price and total price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". Offeror must quote for the entire period of performance and prices should be broken down into a price per month and an overall price for the year of service required. d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, DUNS number, CAGE code, and your business' county of residence. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database and have an active CAGE code in Wide Area Workflow (WAWF), no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. For WAWF, please visit http://wawf.eb.mil/. IMPORTANT NOTE: A single award will be made to the contractor whose offering provides the best value to the Government. BASIS FOR AWARD Award will be made to a responsible offeror based on technical acceptability and price as follows: Technical: Technical proposals will be evaluated on a pass/fail basis. The government will evaluate the Offeror' quote to ensure that the proposed quote satisfies the requirements of the attached PWS. Prices will be evaluated for fair and reasonableness, on a Total Price Basis, by a comparison of the proposed prices received for this RFQ. Quotes will be evaluated to determine which Offeror's quote represents the best value to the Government. The Offeror's quote should demonstrate a clear understanding of this requirement. The technically acceptable quote with the lowest price will be determined to offer the best value to the Government. The Government intends to award a contract without discussions with prospective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.204-9 - Person Identity Verification of Contractor Personnel 52.212-4 - Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-32, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Alt III, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE 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/these address (es): http://farsite.hill.af.mil (End of clause) 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, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/A7K; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/A7KA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or(210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.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. (End of clause) SPECIAL INSTRUCTIONS 45 REQUIRED INSURANCE (SEP 2000) Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of the policy. c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. SPECIAL INSTRUCTIONS 103 SMOKING IN AETC FACILITIES (JAN 2003) Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. SPECIAL INSTRUCTIONS 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm SPECIAL INSTRUCTIONS 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator selects only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: chandler.norris@maxwell.af.mil Contract Specialist: ian.coleman@maxwell.af.mil Contracting Officer: patrick.kennerson@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offeror, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offeror are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offeror must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil (End of Provisions) Responses to this notice shall be provided in writing via e-mail to: Capt Ian Coleman, at ian.coleman@maxwell.af.mil. All inquiries/responses to this notice must be received by 4:00 p.m Central Daylight Savings Time (CDST) on 7 Sep 2011. Email is the preferred method. Point of Contact: Capt Ian Coleman, Contract Specialist, Phone (334) 953-5611, Fax (334) 953-3527.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X0CH1166A907/listing.html)
 
Place of Performance
Address: Maxwell AFB Chapel, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02554857-W 20110901/110830235252-0f2ab24b9c0a5f5076a4ac15e11e3bfb (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.