Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

G -- 22 STS Retreat Services - Package #1

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
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
F2FT242313A001
 
Archive Date
12/15/2012
 
Point of Contact
Cecile A. Bodison, Phone: 8508847691, 1 SOCONS/LGCA,
 
E-Mail Address
cecile.bodison@hurlburt.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil
(cecile.bodison@hurlburt.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Offer Schedule Statement of Work 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 F2FT242313A001 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) 2005-62, effective 20 November 2012. This acquisition is 100% Set Aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 624410, and Standard Industrial Classification (SIC) code 8351. The Size Standard for NAICS 624410 is $7.0M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Childcare as defined in the Statement of Work. See attached Statement of Work for description of the requirement. This requirement is for 16-17 December 2012. See attached Statement of Work for description of the requirement. Delivery Terms are FOB Destination for within 45 miles of McChord, WA area. IAW the attached Statement of Work. 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). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Cecile Bodison, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 30 November 2012, 2:00 p.m. CST. Submit signed and dated Offer Schedule and statement of facilities, amenities, activities, meals, meeting space and childcare marked with solicitation number F2FT242313A001. 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. 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 Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by all of the criteria in items 1-5 below being offered by the contractor. The contractor shall provide a completed offer schedule as well as a signed letter stating the below items shall be met IAW the Statement of Work dated 30 October 2012: 1. Contractor certifies it meets all state requirements and certification, number of personal per age group. 2. Contractor certifies it meets all the insurance requirements. 3. Contractor is able to provide services at a hotel/resort to be determined within 5 days of the proposed engagement. 4. Contractor submit a list of age-appropriate activities for each age group. 5. Contract manager and alternate(s) must be able to read, write, speak and understand the English language.. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) also apply to this Request for Proposal. The individual provisions/clauses below which are included in FAR 52.212-5 and have been identified by the Contracting Officer as applicable to this solicitation are listed here: 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-53, Exemption from Application of the Service Contract Act to Contracts fro Certain Services-Requirements (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following provisions and clauses also apply to this solicitation and will remain in full force in any resultant award: 52.204-99 -- System for Award Management Registration (AUG 2012). 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation (MAY 2011). 52.222-50 -- Combating Trafficking in Persons (FEB 2009). 52.227-1 -- Authorization and Consent (DEC 2007). 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007). 52.233-3 -- Protest After Award (AUG 1996) (31 U.S.C.3553). 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004). 252.203-7003--Agency Office of the Inspector General (APR 2012). 252.203-7005--Representation Relating to Compensation of Former DoD Officials (JUN 2012). 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.223-7006 --Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) FAR 52.212-3, Offeror Representations and Certifications (Apr 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 assessed 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 at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 5352.201-9101 OMBUDSMAN (AUG 2005) OMBUDSMAN (AUG 2005) (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 ombudsmen Lt Col Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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 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 reasonably require 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. (End of clause) Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) and 252.247-7023, Transportation of Supplies by Sea, Alt III. Point of contact is Cecile Bodison, Contract Specialist, Phone (850) 884-7691, email: cecile.bodison@hurlburt.af.mil; David Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Statement of Work dated 30 October 2012 b. Offer Schedule ---------------------------------------------------------------------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT242313A001/listing.html)
 
Place of Performance
Address: Within 45 mile radius of, McChord, Washington, 96438, United States
Zip Code: 96438
 
Record
SN02934440-W 20121122/121120234408-8fb08e035f1df5cc3700e8086b96753a (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.