Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
MODIFICATION

R -- Catholic Religious Educator Coordinator

Notice Date
4/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F0012029A001
 
Archive Date
5/1/2012
 
Point of Contact
Gwendolyn F Lewis, Phone: 850-884-3269, Cherri A Duval, Phone: 850-884-7692
 
E-Mail Address
gwendolyn.lewis@hurlburt.af.mil, cherri.duval@hurlburt.af.mil
(gwendolyn.lewis@hurlburt.af.mil, cherri.duval@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation Number F2F0012029A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56, effective 2 Feb 2012. This acquisition is 100% set-aside Small Business concerns. The North American Industry Classification System (NAICS) code for this project is 813110. The Size Standard for NAICS 813110 is $7M. The contractor shall provide all labor, equipment, materials, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Catholic Religious Educator (RE) Coordinator services as defined in the Statement of Work. This requirement is for a 6-month Base Period with four (4) one-year option periods (12 Months each). (CLIN) 0002, Catholic RE Coordinator Special Duties as outlined in the Statement of Work. See attached Statement of Work for description of the requirement. Delivery Terms are FOB Destination for delivery to 1st Special Operation Wing/Hurlburt Chapel (1SOW/HC), 210 Cody Ave. Hurlburt Field, Florida 32544-5267. It is the firm's or individual's 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. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. Technical capability will first be evaluated for acceptability on a pass/fail basis. Offers passing the technical pass/fail acceptability will then proceed to a price evaluation. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by a review of the following documents to be submitted with the contractor's offer: 1. A resume for the individual to be performing services on this requirement - Shall be a practicing Catholic in good standing with the Church as verified by the Archdiocese for the Military Services. o Shall include a statement from current Pastor o If married, shall produce a marriage certificate showing that the marriage is a valid sacramental marriage recognized by the Catholic Church. ( Canon Laws 1108 reads: "Only those marriages are valid which are contracted before the local ordinary, pastor, or a priest or deacon delegated by either of them, who assist, and before two witnesses.....,". This canon make it clear that a Catholic who attempts marriage before a civil official, a non-Catholic minister, etc. (without dispensation to do so from competent ecclesiastical authority) is not a valid marriage. This is a generally referred to as "canonical form.") - Shall have or, begun studies for, a current certification as a Catechist from the Archdiocese for the Military Services. - Shall have a Bachelor's degree and/or 2 years Religious Education (RE) work Experience. - Shall include relevant training and parish leadership experience including volunteer recruitment/motivation. - At least two references recommending the candidate's work with children, including reference names, addresses, phone numbers and/or email addresses. - References identified in the resume may be contacted for additional information. Failure to adequately show the required experience or level of experience shall render the offeror not technically acceptable and ineligible for award. 2. A completed Questionnaire (attachment b) - Questionnaire shall further indicate the individual's experience to conform with the above and all other requirements listed in the SOW. 3. A completed Offer Schedule (attachment d) 4. A signed Statement of Understanding IAW SOW paragraph 1.2.1.1. 5. A signed Statement of Understanding IAW SOW paragraph 1.2.1.2., stating the individual has no derogatory information which will preclude them from passing a background security check i.e. criminal convictions. Failure to provide all required information for the specific contract employee who will provide the services shall render the offeror not technically acceptable and ineligible for award. Subsequently, if information is submitted for a contract employee but the contract employee is not able to take the position upon or after award, the contractor shall be considered not technically acceptable and ineligible for award and the award shall not be made to the contractor or the award terminated. The individual and company, shall be determined technically acceptable and available for consideration of award only if items 1 through 5 above are received with the offer and the minimum qualifications are met. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: 52.204-7-- Central Contractor Registration 52.204-9-- Personnel Identity Verification of Contractor Personnel 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.217-5 -- Evaluation of Options. 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation. 52.222-3 -- Convict Labor. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity. 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-41 -- Service Contract Act of 1965. 52.222-50 -- Combating Trafficking in Persons. 52.232-23 -- Assignment of Claims. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-1 -- Disputes. 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. 52.242-15 -- Stop-Work Order. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.223-7004 Drug-Free Work Force. 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.243-7001 Pricing of Contract Modifications. The following provisions and clauses apply to this solicitation and are incorporated by full text. FAR 52.212-3, Offeror Representations and Certifications (Feb 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2012) (Deviation) also apply to this Request for Proposal. This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 yrs and nine (3) months. (End of Clause) 52.219-1 -- Small Business Program Representations. (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 813110. (2) The small business size standard is $7M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b) (3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: _________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b) (4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b) (1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b) (6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b) (1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) 52.222-22 -- Previous Contracts and Compliance Reports. The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 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 52.232-9. Limitation on Withholding of Payments (Apr 1984) Employee Class Monetary Wage - Fringe Benefit 01070 Documentation Preparation Clerk $12.11 If more than one clause or Schedule term of this contract authorizes the temporary withholding of amounts otherwise payable to the Contractor for supplies delivered or services performed, the total of the amounts withheld at any one time shall not exceed the greatest amount that may be withheld under any one clause or Schedule term at that time; provided, that this limitation shall not apply to-- (a) Withholdings pursuant to any clause relating to wages or hours of employees; (b) Withholdings not specifically provided for by this contract; (c) The recovery of overpayments; and (d) Any other withholding for which the Contracting Officer determines that this limitation is inappropriate. (End of Clause) 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 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 52.252-6 -- Authorized Deviations in Clauses. (Apr 1984) (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 Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (b) 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (c) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (2) _____252.203-7003, Agency Office of the Inspector General (SEP 2010)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509) (3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (SEP 2011) (15 U.S.C. 637). (5) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) _ 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____Alternate I (OCT 2011) of 252.225-7001. (7) ___ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009)(10 U.S.C. 2533b). (8) ___ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (9)____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (10)___ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) __ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). (12) __252.225-7017, Photovoltaic Devices (MAR 2012) (Section 846 of Pub. L. 111-383). (13)(i) 252.225-7021, Trade Agreements (JAN 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ____ Alternate I (OCT 2011) of 252.225-7021. (iii) ____Alternate II (OCT 2011) of 252.225-7021. (14)__ 252.225-7027, Restriction on Contingent Fees for Foreign Militry Sales (APR 2003) (22 U.S.C. 2779). (15) _ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (16)(i)__ 252.225-7036, Buy American Act-Free Trade Agreements - Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii)___ Alternate I (OCT 2011) of 252.225-7036. (iii) ___ Alternate II (OCT 2011) of 252.225-7036. (iv) ___ Alternate III (OCT 2011) of 252.225-7036. (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (19) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (20) ____ 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a). (21) ____ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320). (22) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2011), if applicable (see 227.7102-4(c). (23) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (26) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (27) ____252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (29)(i) __ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data-Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2011), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 Ombudsman (Apr 2010) 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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonablyrequire for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Ms. Gwen Lewis, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 16 April 2012, 4:30 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F0012029A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Point of contact is Ms. Gwen Lewis, Contract Specialist, Phone (850) 884-3269, or Ms. Cherri Duval, Contracting Officer, (850) 884-7692, email: 1SOCONS.LGCA@hurlburt.af.mil List of Attachments: a. Statement of Work dated, 16 March 2012 b. Questionnaire c. Wage Determination WD 05-3033, Rev. -11, dated 6/13/11 d. Offer Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F0012029A001/listing.html)
 
Place of Performance
Address: Hurlburt Chapel, 210 Cody Ave., Hurlburt Fld, FL 32544, Hurlburt Fld, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02713431-W 20120406/120404234729-49ef91e361096a6302f8bb7c2a36c013 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.