Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

G -- Chapel Pianist - Atch 1 - Chapel Pianist PWS - Atch 2- Bid Schedule

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W0D42019A001
 
Point of Contact
Edsa L. Artates, Phone: 406-731-4555, Oleg J. Perchine, Phone: 406-731-3586
 
E-Mail Address
edsa.artates@malmstrom.af.mil, oleg.perchine@malmstrom.af.mil
(edsa.artates@malmstrom.af.mil, oleg.perchine@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule PWS COMBINED SYNOPSIS/SOLICITATION CHAPEL PIANIST MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W0D42019A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (iv) This acquisition is being issued as a 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 711510 with a size standard of $7 Mil. (v) Contract line items: CLIN 0001: CHAPEL PIANIST (1 EA) (vi) Description of requirement: See attached Performance Work Statement (vii) Period of Performance will start on or about 29 May 12 and end on or about 28 May 17. Place of performance: 341 MW/HC 315 72nd St North Malmstrom AFB, 59402-7514 (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. Offerors are required to furnish a resume including academic and a minimum of 3 music-related references. The resume must indicate the individual having the capability to play the piano and read the music sheets. A performance audition may be requested. If a performance audition is requested, a proposed performer must demonstrate the ability to play music they are unfamiliar with. To be considered responsive, all quotes must contain a completed bid schedule and a proposed candidate resume. Electronic submission of quotes is authorized. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. The government plans to award a firm-fixed price contract resulting from this solicitation to the responsible contractor whose quote conforms to the solicitation and meets the minimum needs of the government. The evaluation criteria are price and ability to perform in accordance to the PWS. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this solicitation. (xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) applies to this solicitation. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combat Trafficking in Persons 52.223-6 Drug-Free Workplace. 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7004 Alternate A, Central Contractor Registration 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101 Ombudsman (HQ AF Global Strike Command/A7K, 41 Orville Wright, Ste 202, Barksdale AFB, LA 71110-2415, 318-456-6336) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001--COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e.,"authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2nd Ave North or 10th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: a. First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. b. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. c. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. d. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. e. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. f. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. g. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. h. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. i. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. j. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: i. $10,000 Property Damage Liability. ii. $25,000 Personal Liability for each person. iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. WAGE DETERMINATION Due to the number of employees required for this acquisition and the classification of worker to be employed, no wage determination is being issued for this acquisition. Therefore, this requirement falls within the guidelines of the Fair Labor Standards Act. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship to Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (End of clause) (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 09:00 am MST, 16 May 2012. All quotes must be faxed to (406) 731-4005 to the attention of Edsa Artates or emailed to edsa.artates.1@us.af.mil and oleg.perchine@malmstrom.af.mil. (xvi) Direct any questions to the same at (406) 731-4555 or (406) 731-3586 respectively. 2 Attachments: 1. PWS with Appendix A 2. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d7dddae5ab4e9c6b20b7ddcf9666d7c)
 
Place of Performance
Address: 7015 Goddard Dr. Bldg 145, Malmstrom AFB, Montana 59402, United States, Montana, United States
 
Record
SN02739663-W 20120506/120504235304-6d7dddae5ab4e9c6b20b7ddcf9666d7c (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.