Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

R -- EDUCATION SERVICES TEST ADMINISTRATOR - REQUEST FOR QUOTE - PERFORMANCE WORK STATEMENT - WAGE DETERMINATION

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3B31332A901
 
Archive Date
2/10/2012
 
Point of Contact
Coranella Matthews, Phone: 805-606-2181, Patricia Rosa, Phone: 805-605-0490
 
E-Mail Address
coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil
(coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION 2005-2063 REVISION 11 PERFORMANCE WORK STATEMENT REQUEST FOR QUOTE 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; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3B31332A901, under FAR 13 procedures. Submit written offers - Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, 3 Jan 2012 and DFARS Change Notice 20111220. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 611710 and Size Standard $7.M. Description of Service: EDUCATION SERVICES TEST ADMINISTRATOR - 1. Performance period will be from 14 Feb 2012 through 13 Feb 2013, Basic Period, with (4) one-year options from 14 Feb 2013 - 13 Feb 2017 plus one six-month extension of services through 13 Aug 2017. 2. Acceptance and inspection of all services will be at Vandenberg AFB, CA. 3. Offers shall conform to the CLIN structure as established in this synopsis/solicitation. 4. Offers shall be valid for 30 days after close of RFQ. 5. Attached Performance Work Statement (PWS) 6. All questions relating to this solicitation must be received by 10:00 am PDT on 18 Jan 2012, in order to ensure adequate time to answer them. 7. All questions or comments must be sent to the Contract Specialist Cora Matthews via email: coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa, patricia.rosa@vandenberg.af.mil, telephone communication will not be permitted. 8. All quotes must be received no later than 12:00 pm PDT on 26 Jan 2012 via email on the attached Request for Quote (RFQ), using the below structure. The contract will be Firm Fixed Price with the following structure: CLIN 0001 TEST ADMINISTRATOR, Basic Year, (Unit) Sessions (QTY) 328 Period of Performance: 14 Feb 2012 - 13 Feb 2013. CLIN 1001 TEST ADMINISTRATOR, Option Year 1, (Unit) Sessions (QTY) 328 Period of Performance: 14 Feb 2013 - 13 Feb 2014. CLIN 2001 TEST ADMINISTRATOR, Option Year 2, (Unit) Sessions (QTY) 328 Period of Performance: 14 Feb 2014 - 13 Feb 2015. CLIN 3001 TEST ADMINISTRATOR, Option Year 2, (Unit) Sessions (QTY) 328 Period of Performance: 14 Feb 2015 - 13 Feb 2016. CLIN 4001 TEST ADMINISTRATOR, Option Year 2, (Unit) Sessions (QTY) 328 Period of Performance: 14 Feb 2016 - 13 Feb 2017. CLIN 5001 TEST ADMINISTRATOR, Extension of Services Option IAW with FAR 52.217-8 (Unit) Sessions (QTY) 164, Period of Performance: 14 Feb 2017 - 13 Aug 2017 The following Clauses apply to this award: 52.203-3: Gratuities 52.204-9: Personal Identity Verification of Contractor Personnel 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial Items (MAR 2011) (DEVIATION) 52.217-8: Option to Extend Services (30 days) 52.217-9: Option to Extend the Term of Contract (60/30 days) 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-19: Child labor 52.222-21: Prohibition of Segregated Facility 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era 52.222-36: Affirmative Action for Workers with Disabilities 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-41: Service Contract Act of 1965 52.222-42: Statement of Equivalent Rates for Federal Hires 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 GS/WG Equiv Monetary Wage Fringe Benefits Test Proctor WG-05 $18.56 36.45% 52.222-50: Combating Trafficking in persons 52.228-5: Insurance- Work on a Government Installation 52.232-18: Availability of Funds 52.232-33: Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3: Protest after Award 52.237-3: Continuity of Services 52.242-13: Bankruptcy 52.242-15: Stop-Work Order 52.252-2: Clauses Incorporated by Reference 52.252-6: Authorized Deviations in Clauses 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirements to Inform Employees of Whistleblower Rights 252.204-7004: Alternate A Central Contractor Registration 252.212-7001: Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.225-7001: Buy American Act 252.232-7003: Electronic Submission of Payment Request and Receiving Reports 252.232-7007: Limitation of Government's Obligation 5352.201-9101: Ombudsman (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, HQ AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5250, (F) 719-554-5299, A7K.wf@peterson.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. 5352.223-9001: Health & Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations 5352.242-9001: Common Access Cards for Contractor Personnel (End of Clause) The following Provisions apply to this award: 52.212-1: Instructions to Offerors- Commercial Items Addendum: In order to be considered a complete offer, the following must be submitted: • A signed and dated offer to this office via email that meet all terms and conditions of this combined synopsis/solicitation • Provide pricing for CLINS 0001, 1001, 2001, 3001, 4001, 5001 52.212-2: Evaluation-Commercial Items Addendum: Paragraph (1) is changed to read as follows: (1) Price and Resume in accordance with paragraph 2 of the Performance Work Statement (PWS) (Transcripts required upon request). (2) All proposals that are received by bid submission date will be evaluated. An award will be made to the lowest priced offer who submits the required data. Responsible offerors who respond to all items included in the combined synopsis/solicitation and comply with the terms, will have consideration. 52.212-3: Offerors Representations and Certifications-Commercial Items, Alternate I Offerors must be registered on ORCA (https://orca.bpn.gov/) 52.217-5: Evaluation of Options 52.219-1: Small Business Program Representation, Alternate I 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-5: Authorized Deviations in Provisions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes must be submitted on the attached RFQ and sent to the Contract Specialist Cora Matthews via email: Coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa patricia.rosa@vandenberg.af.mil or faxed to 805-606-5867 no later than 12:00 pm PDT on 26 Jan 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3B31332A901/listing.html)
 
Place of Performance
Address: Education Center, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02654371-W 20120115/120113234200-0e1ed5eeb3ad785878b67ffe853b8bc1 (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.