Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

U -- Education Receptionist - Attachment 2 - Attachment 1 - Attachment 3

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-11-Q-0141
 
Archive Date
10/11/2011
 
Point of Contact
Joshua A. Kinsey, Phone: 5757842956, Amy K Gisler, SSgt, USAF, Phone: 575-784-1326
 
E-Mail Address
joshua.kinsey@cannon.af.mil, amy.gisler@cannon.af.mil
(joshua.kinsey@cannon.af.mil, amy.gisler@cannon.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Statement of Work Wade Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number for this procurement is FA4855-11-Q-0141 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819 and Air Force Acquisition Circular (AFAC) 2011-0714. This solicitation is 100% Set Aside for Small Business. The North American Industry Classification System (NAICS) is 611710 Educational Support Services with the size standard of $7.0 million. The Offeror must quote on an all or none basis. Award will be based on Best Value to the Government. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line items: **The government estimates that each year will require 1980 Hours. Approximately 1000 hours are currently funded. As the bi-annual funding becomes available in April, funding may be added. Please look over clauses DFARS 252.704-70 and DFARS 252.232-7007 in this solicitation for further clarification. 0001- Education Receptionist - This contract will provide educational receptionist support for Base Training and Education Services. Contract Period from 1 Oct 2011 - 30 Sept 2012. 1980 hours 1001 - Option Year I - Contract period will cover 1 Oct 2012 - 30 Sept 2013 Each Unit - 4 Hours 2001 Option Year II - Contract period will cover 1 Oct 2013 - 30 Sept 2014 Each Unit - 4 Hours 3001 Option Year III - Contract period will cover 1 Oct 2014 - 30 Sept 2015 Each Unit - 4 Hours 4001 Option Year IV - Contract period will cover 1 Oct 2015 - 30 Sept 2016 Each Unit - 4 Hours Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2 - Wage Determination Revision 15 Attachment 3 - Past Performance Questionnaire It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instructions to Offerors - Commercial Items a) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. IT WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT CONTRACT, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. Paragraph (b), Submission of Offers, is hereby tailored to read as follows: QUOTATION PREPARATION INSTRUCTIONS 1. The purpose of these instructions is to prescribe the format of quotes and describe the approach for the development and presentation of quotation data. They are designed to ensure the essential information required for evaluation of quotes is submitted. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received without discussions. 2. 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 and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information, other than cost or pricing data, to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. 3. To assure the timely and equitable evaluation of quotes, offerors shall follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quotes shall be comprehensive, complete, self-sufficient, and respond directly to the requirements of the solicitation. Elaborate artwork, expensive paper/binding and expensive visual aids are neither necessary nor desired. A. The quotes shall consist of three (3) separate and detachable volumes as listed below. 1. Volume I - Past Performance Information (1 original and 1 redacted copy) 2. Volume II - Technical Capability (1 original and 1 redacted copy) 3. Volume III -Price Quotation (1 original and 1 redacted copy) B. All pages of each part shall be numbered and identified with the Request for Quote (RFQ) number. Each volume shall contain a cover sheet, clearly marked with the RFQ number, title, copy number, and the offeror's name. The Past Performance Volume shall not contain any price data or reference to price. C. Include a statement in the quotes that it contains proprietary information for your company and cannot be released outside the Government. D. Failure to comply with these instructions may result in the offeror's quote being summarily rejected and considered unresponsive. Any commitments made in the quotation shall become part of the resultant contract. 5. VOLUME I - PAST PERFORMANCE - Only references for same or similar type contracts are desired. Submit one (1) original and one (1) redacted copy A. Each offeror shall submit a past performance volume as part of their quote. Offerors are cautioned that the Government will use data provided by each offeror in this volume and data obtained from other sources in the development of performance confidence assessments. This volume shall be limited to no more than five (5) pages total. Only past performance information for recent and relevant contracts are desired. Submit original and two copies of Past Performance Information. B. Each offeror shall submit a list of the offeror's most recent and relevant past performance data on contracts in the area of Education Specialist services performed for Federal, State, and Local agencies and/or commercial customers within the last three (3) years. Offerors shall provide the following information for each referenced contract: -- Company/Division Name -- Program Title -- Contracting Agency -- Contract Number -- A Brief Description of the Contract Effort -- Type of Contract -- Period of Performance -- Original Contract value ($) and current value ($) -- Point of Contact Name, Address, Telephone Number, and Fax Number -- Comments regarding compliance with contract terms and conditions -- Comments regarding any known performance determined unacceptable to the customer, or not in accordance with contract terms and conditions. 1. RECENT. For a contract to have been considered recent, the contract must be performed or completed within the last three (3) years. 2. RELEVANCE. Definitions of Relevance as related to this solicitation are as follows: a. Relevant - A Government or commercial contract in which the contractor performed computer technology support similar to those identified in the Statement of Work (Attachment 1) Part 7 Specific task. You must have performed at least 50% of the task to be considered relevant. b. Not Relevant - A Government or commercial contract that does not involve any significant aspects of this solicitation as identified in the Statement of Work (Attachment 1) C. PAST PERFORMANCE SUBFACTORS. The following three (3) past performance sub factors will be evaluated. In the case of an offeror without a record of recent and relevant past performance or for whom past performance information is not available, the offeror will receive an "Unknown Confidence" performance confidence assessment rating. 1. SUBFACTOR 1 - QUALITY-- The evaluation will focus on the contractor's level of conformance to and whether the contractor met contract requirements, specifications, and all other terms and conditions. The evaluation team shall also consider the contractor's compliance with its quality control plan and the effectiveness of the contractor's quality control plan and procedures. 2. SUBFACTOR 2 - CUSTOMER SATISFACTION-- The evaluation will focus on whether the contractor met the customer's needs in terms of contract requirements, specifications, and standards of good workmanship. The evaluation team will especially focus on the contractor's communication with the customer, professional working relationship, responsiveness, and ability to resolve customer complaints/contract issues. D. TERMINATED CONTRACTS. Each offeror shall provide the same information listed under paragraph B. above for contracts terminated for any reason or for contracts in which an option period was not exercised (nothing prior to five years) and include the reasons for termination or not exercising an option. E. ADDITIONAL DATA FOR PAST PERFORMANCE EVALUATION. Offerors are encouraged to submit the following awards/recognitions with their Past Performance Volume: 1. Professional/Industry Awards 2. Letters of Appreciation, Recognition, or Commendation 3. Unique Skills and Accomplishments F. QUESTIONNAIRES. The offeror shall send out Past Performance Questionnaires (Attachment 3) to the Points of Contacts for each of the contracts listed in the offerors' Past Performance Information Volume. Once the Past Performance Questionnaires are completed by the offeror's POCs, the information contained in the Questionnaires shall be considered source selection sensitive and not releasable to the offeror or outside the government. Any questionnaires received from any other person than the previous employer, will render the quotation submission non-responsive. This will stop the consideration for award. Questionnaires shall be sent directly back to the 27 Special Operations Contracting Squadron (joshua.kinsey@cannon.af.mil, amy.gisler@cannon.af.mil). G. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation and Statement of Work (SOW), and government standards and regulations pertaining to the SOW. 2. Evaluation Factors for Award 6. GENERAL INFORMATION A. INFORMATION REGARDING SUBMISSION OF QUOTATION: Faxed quotes will NOT be accepted. Quotes will be accepted by e-mail or may be mailed or hand carried to: 27 SOCONS/CFLT, 511 N. Torch Blvd, Bldg 300, Cannon AFB, NM 88103-5109. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING QUOTATIONS. B. Offerors are cautioned that Cannon AFB, NM has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Offerors should allow sufficient time to obtain a visitor pass and to deliver the proposal PRIOR to the time specified for receipt. C. To obtain a visitor pass, the offeror shall contact the POCs at the bottom of this solicitation PRIOR to the date and time specified for receipt. D. Late quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." Paragraph (c), Period of Acceptance of Offers, is hereby tailored to read as follows: (c) Period for Acceptance of Offerors. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. 7. VOLUME II - TECHNICAL CAPABILITY This volume of the quote shall include only the following (Submit original and one (1) redacted copy). The Technical evaluation will be focused on the individual being offered/applying for the position and will be based on the following sub factors. Offerors will be assigned an overall rating of Acceptable or Unacceptable based on: A. Associate Degree in Information Management or related area from a regionally accredited institution is required with verification through transcript. B. Appropriate related professional work or volunteer experience of at least 1 year is required. C. Employee must have a completed National Agency Check (NAC) investigation. (End of Addendum) FAR 52.212-2 Evaluation - Commercial Item (Read FAR 15.304 and 15.305 for evaluation info) (a) The Government will award a 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. The following factors shall be used to evaluate offers: Past Performance Technical Capability Price (b) Basis for contract award: The government will select the best overall offer, based upon an integrated assessment of Past Performance, Technical Capability and Price, where Past Performance and Technical Capability are approximately equal to price. The government intends to award one contract to the offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the Request for Quotation (RFQ) requirements including all stated terms, conditions, representations, certifications, and all other information required by the RFQ and is judged, based on the evaluation criteria, to represent the best value to the government. The government seeks to award to the offeror who gives the Air Force the greatest confidence that it will meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation criteria and the government reasonably determines that the superior past performance of the higher priced offeror outweighs the cost/price difference. Offerors may be given the opportunity to clarify certain aspects of their written proposals (e.g., defining the relevance of the offeror's past performance information and adverse past performance information to which an offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. Any such exchange between the offeror and the government will be for clarification only and will not constitute discussions within the meaning of FAR 15.306(a). While the government's evaluation team will strive for maximum objectivity, the selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process. The government intends to evaluate proposals and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote should contain the offeror's best terms from a price and performance standpoint. (c) Evaluating Past Performance: 1. Using questionnaires, the contracting officer shall seek relevant performance information on offerors based on the past and present efforts provided by the offeror and data independently obtained from other government and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a Substantial Confidence performance confidence assessment rating. The purpose of the past performance evaluation is to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and/or past performance. The assessment process will result in an overall performance confidence assessment rating as defined in AFFARS Mandatory Procedures 5315.3, Table 3. Offerors with no relevant past or present performance history shall receive an Unknown Confidence rating, meaning the rating is treated neither favorably nor unfavorably. Definitions for relevancy and recency as well as the confidence assessment ratings can be found in the tables provided below. 2. Past performance information will be evaluated on the three (3) sub factors listed below. a. Sub factor 1 - Quality. The evaluation will focus on the contractor's level of conformance to and whether the contractor met contract requirements, specifications, and all other terms and conditions. The evaluation team shall also consider the contractor's compliance with its quality control plan and the effectiveness of the contractor's quality control plan and procedures. b. Sub factor 2 - Customer Satisfaction. The evaluation will focus on whether the contractor met the customer's needs in terms of contract requirements, specifications, and standards of good workmanship. The evaluation team will especially focus on the contractor's communication with the customer, professional working relationship, responsiveness, and ability to resolve customer complaints/contract issues. 3. When relevant performance records indicate performance problems, the government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The government may review more recent contracts or performance evaluations to ensure corrective actions were implemented in order to evaluate the effectiveness of the corrective actions. 4. In evaluating past 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. 5. If the lowest priced offer is found to have a Substantial Confidence performance assessment rating, that offer represents the best value to the government and the evaluation process stops at that point. Award shall be made to that offeror without further consideration of any other offers. 6. If the lowest reasonably priced offer is found to not have a Substantial Confidence assessment rating, the next lowest reasonably priced offer will be evaluated and the process will continue (in order of reasonable price) until an offer is judged to have a Substantial Confidence assessment rating or until all offers are evaluated. The SSA shall then make an integrated assessment best value award decision. (d) Evaluating Technical Capability: This volume of the quote shall include only the following (Submit original and one (1) redacted copy). The Technical evaluation will be focused on the individual being offered/applying for the position and will be based on the following sub factors. Offerors will be assigned an overall rating of Acceptable or Unacceptable based on: A. Associate Degree in Information Management or related area from a regionally accredited institution is required with verification through transcript. B. Appropriate related professional work or volunteer experience of at least 1 year is required. C. Employee must have a completed National Agency Check (NAC) investigation. RELEVANCY DEFINITIONS RATING DEFINITION Relevant A r A relevant contract is a government or commercial contract in which the offeror performs receptionist services similar in type, size, and complexity to that which identified in the Statement of Work (Attachment 1). ) Part 7 Specific task. You must have performed at least 75% of the task to be considered relevant. Not Relevant Work other than receptionist services similar in type, size, and complexity to those identified in the Statement of Work (Attachment 1) Part 7 which is less than 50%. RECENCY DEFINITIONS RATING DEFINITION Recent Receptionist services that were performed or completed within the last three (3) years of the solicitation close date. Not Recent Receptionist services were performed or completed more than three (3) years from the solicitation close date. CONFIDENCE ASSESSMENT RATINGS RATING DEFINITION Substantial Confidence Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. (Ref FAR 15.305(a)(2)(iii)). (h) Offerors are cautioned to submit sufficient information and in the format specified in the addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items. Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Communications conducted to resolve minor or clerical errors will not constitute discussions, and the government reserves the right to award a contract without the opportunity for proposal revision. (i) The government intends to award a contract without discussions with respective offerors. However, the government reserves the right to conduct discussions if deemed in its best interest. (End of Addendum to FAR 52-212-2, Evaluation - Commercial Items (Jan 1999)) FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 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): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 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): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (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 Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (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 Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 232.704-70 Incrementally funded fixed-price contracts. (a) Upon receipt of the contractor's notice under paragraph (c) of the clause at 252.232-7007, Limitation of Government's Obligation, the contracting officer shall promptly provide written notice to the contractor that the Government is- (1) Allotting additional funds for continued performance and increasing the Government's limitation of obligation in a specified amount; (2) Terminating the contract; or (3) Considering whether to allot additional funds; and (i) The contractor is entitled by the contract terms to stop work when the Government's limitation of obligation is reached; and (ii) Any costs expended beyond the Government's limitation of obligation are at the contractor's risk. (b) Upon learning that the contract will receive no further funds, the contracting officer shall promptly give the contractor written notice of the Government's decision and terminate for the convenience of the Government. (c) The contracting officer shall ensure that, in accordance with paragraph (b) of the clause at 252.232-7007, Limitation of Government's Obligation, sufficient funds are allotted to the contract to cover the total amount payable to the contractor in the event of termination for the convenience of the Government. DFARS 252.232-7007 Limitation of Governments Obligation (a) Contract line item(s) 0001 through 0005 are incrementally funded. (b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes." (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: (End of clause) The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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. FAR 52.216-18 Ordering FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-6 Drug-Free Workplace. FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration.\ FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen (see below POC**) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.237-9001 Requirements Affecting Contractor Personnel Performing Mission Essential Services AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9001 Contractor Access Cards (CACs) for Contractor Personnel 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 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 Wages - Fringe Benefits Receptionist GS-05 GS-5, $15.51 per hour [End Clause] FAR 52.232-19 Availability of Funds for the Next Fiscal Year (April 1984) Funds are not presently available for performance under this contract. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 10 Aug 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following notes apply to all line items and option years. 1. NEW MEXICO GROSS RECEIPTS TAX. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business within the state. This tax is imposed on the basis of revenue derived from business operations within the state without regard to the location of the business entity. You are advised that any offer received will be presumed to include this cost of business and any request for adjustment for your price, as a mistake in bid either before or after award, will not be considered. The rate of the New Mexico Gross Receipts Tax may be obtained from the New Mexico Taxation and Revenue Office in Clovis, New Mexico by calling (575) 763-5515. **Mr. Jeffrey Lowman, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-2022, DSN: 579-2022, Fax: (850) 884-2476, Email: jeffrey.lowman@hurlburt.af.mil. ** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 12:00 p.m. Mountain Time on 26 Sept 2011. Quotations may be faxed to 575-784-1147. Please email quotes to joshua.kinsey@cannon.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is: SSgt Joshua Kinsey, 575-784-2956, Fax: 575-784-1147, e-mail joshua.kinsey@cannon.af.mil. Contracting Officer for this solicitation is SSgt Amy Gisler, email amy.gisler@cannon.af.mil 575-784- 1326.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-11-Q-0141/listing.html)
 
Place of Performance
Address: 110 East Sextant Ave, Bldg 600, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02573315-W 20110915/110913235352-dff3ab756e0c1640d5a3cf5d75abd660 (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.