Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

G -- YOUTH SERVICE PASTOR

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG15T9141
 
Response Due
7/17/2015
 
Archive Date
9/12/2015
 
Point of Contact
MICHAEL E. RIAS, (915) 568-7959
 
E-Mail Address
MICC - Fort Bliss
(michael.e.rias.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
YOUTH SERVICE PASTOR Solicitation Number: W911SG-15-T-9141 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial item for Youth Service Pastor. This combined synopsis/solicitation has been prepared in accordance with the format in Federal Acquisition Regulation (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. No paper copies of this solicitation will be provided. Solicitation Number W911SG-15-T-9141 is being issued as a Request for Proposal (RFP). The Government intends to award a firm fixed price type contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 813110 - Religious Organizations. The size standard for this NAICS code is $7.5 million. This notice is a total small business set-aside. Only proposals submitted by small businesses will be accepted by the Government. Any proposal that is submitted by a contractor that is not a small business will not be considered for award. The firm fixed price contract will have a period of performance for one (1) year. By submission of a proposal, offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of any contract resulting from this RFP. Award will be based on Lowest Price Technically Acceptable (LPTA). MICC will make the award based on the technically acceptable proposal with the lowest evaluated price. All responsible Contractors shall provide an offer for the following: CLIN 0001 PART TIME YOUTH SERVICE PASTOR - QUANTITY: 1 Part time Youth Service Pastor shall be provided IAW the attached Performance Work Statement (PWS) (Attachment 1). Wage Determination 05-2511 (Rev.-19) (see attachment 2) is applicable for this service. CLIN 0002 CONTRACT MANPOWER REPORTING - QUANTITY: 1 Contractor is required to enter all contractor data into Contract Manpower Reporting System IAW Section 5.4 of the PWS. Data must be accurate, complete and entered into the CMR prior to 31 October. The full text of FAR provisions or clauses may be accessed electronically at www.farsite.hill.af.mil. The following provisions will be included: 52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation - Commercial Items; the Government will award a contract resulting from this solicitation to the responsible offeror whose offeror conforming to the solicitation is determined to be the lowest price technically acceptable (LTPA) proposal with acceptable past performance. The Government may award without discussions, reserving the right to hold discussions if deemed necessary by the Contracting Officer. The following evaluation factors will be used to evaluate offers: Price, Technical Capability, and Past Performance. The Government intends to award to the lowest price, technically acceptable responsible offeror with an acceptable past performance rating. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability Factor 2 - Past Performance Factor 3 - Price Award shall be made to the lowest priced technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability but not ranked using the non-cost factors. The best value to the Government will result from the selection of the technically acceptable proposal with the lowest overall evaluated price. The Government will perform price analysis in accordance with FAR 15.404-1(b) Proposal Analysis Techniques. Technical Capability: Proposals will be evaluated for accuracy and completeness as either acceptable or unacceptable. An acceptable rating means that the proposal clearly meets the minimum requirements of the solicitation. A proposal must have no deficiencies to receive an acceptable solicitation. A proposal must have no deficiencies to receive an acceptable rating. An unacceptable rating means that the proposal does not clearly meet the minimum requirements of the solicitation. An unacceptable proposal has one or more deficiencies. The technical approach will be evaluated to determine the offeror's ability to successfully perform the service for Youth Pastor as identified in paragraphs 1.4, and 4.5 of the PWS. Past performance for providing same or similar services will be evaluated. The Department of Defense Contractor Performance Assessment Reporting System (CPARS/PPIRS) and other sources of data may be used as part of the evaluation. The following clauses apply to this acquisition: 52.204-7 System for Award Management, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-13 System for Award Management Maintenance, 52.204-8 Annual Representation and Certifications, 52.209-10 Prohibitions on Contracting With Inverted Domestic Corporations, 52.212-1 Instructions to the Offerors Commercial Items; 52.219-6 notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-50 Combating Trafficking in Persons, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.246-1 Contractor Inspection Requirements, 52.237-3 Continuity Of Services, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration Alternate A, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 - Levies on Contract Payments, 252.225-7001 - Buy American Act and Balance of Payments Program, 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010, and Alternate III of DFAR 252.247-7023. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (COMBO) (Contracting Officer: Insert applicable document type(s). Note: If a Combo document type is identified but not supportable by the Contractor's business systems, an Invoice (stand-alone) and Receiving Report (standalone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DoDAAC: W45C3C. (Contracting Officer: Insert inspection and acceptance locations or Not applicable.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC 0490 Issue By DoDAAC W911SG Admin DoDAAC W911SG Inspect By DoDAAC W45C3C Ship To Code W45C3C Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or See schedule if multiple ship to/acceptance locations apply, or Not applicable. (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. INSPECTOR: Information Provided Upon Award ACCEPTOR: Information Provided Upon Award RECEIVING OFFICE POC: Information Provided Upon Award (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. WAWF POC: Information Provided Upon Award. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5152.233-4000 AMC Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http:// www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Contractor Manpower Reporting (CMR) The Contractor shall report ALL Contractor labor hours (including Subcontractor labor hours) required for performance of services provided under this contract for the Army via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: http:// www.ecmra.mil/, and then click on Department of the Army CMRA or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/. Contractors may direct questions to the help desk by clicking or Send an email which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Components CMR website. CONTRACTOR MUST COMPLY WITH FAR 52.204-99 - System for Award Management (SAM) Registration. Contractors must be registered in the SAM database prior to award. The SAM database may be accessed at the following URL: https://www.sam.gov/portal/public/SAM/. Please submit all questions in writing to Michael.e.rias.civ@mail.mil. No questions will be taken over the phone; all questions must be submitted in writing. Questions are due no later than (NLT) 1:00 PM, M.S.T, Tuesday, 7 July 2015. Answers will be posted NLT 9:00AM, M.S.T, Friday, 10 July 2015. Proposals are due by 9:00AM, M.S.T. 14 July 2015. Proposals must acknowledge all amendments to this solicitation if any. Proposals may be submitted directly to the contracting office at the physical address below or e-mailed to Michael.e.rias.civ@mail.mil. Place of Performance: Fort Bliss, Texas 79916 Contracting Office Physical Address: Mission and Installation Contracting Command (MICC) - Fort Bliss Building 5800 Carter Road Fort Bliss, Texas 79916 Point of Contact: Mr. Michael Rias (915) 568-7959 michael.e.rias.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/463dc4644f45dc65342d670a46e4d3f1)
 
Place of Performance
Address: MICC - Fort Bliss BLDG 5800, Carter Road & Jeb Stuart Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN03796732-W 20150716/150714235917-463dc4644f45dc65342d670a46e4d3f1 (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.