SOLICITATION NOTICE
R -- Transition Assistant (TA) Data Entry Clerk
- Notice Date
- 5/22/2025 2:18:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
- ZIP Code
- 71110-2438
- Solicitation Number
- FA460825QS027
- Response Due
- 5/30/2025 10:00:00 AM
- Archive Date
- 06/14/2025
- Point of Contact
- Delores A. Harris, Phone: 3184563410, Fax: 3184561246, 2d Lt Krystal Ruiz, Phone: 3184564011
- E-Mail Address
-
delores.harris.2@us.af.mil, krystal.ruiz_velez.1@us.af.mil
(delores.harris.2@us.af.mil, krystal.ruiz_velez.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Please see Amendment 2. This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS027 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-03) as of 17 January 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 561110. The small business size standard is $13M. Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US). DESCRIPTION/PURPOSE: The purpose of this requirement is to provide Data Entry Clerk Services for the Barksdale AFB Military and Family Readiness Center (M&FRC). This requirement requires knowledge, skills, and abilities in accordance with Attachment 2 � Performance Work Statements and Attachment 4 � Wage Determination. CLIN 0001 � TA Data Entry Clerk to perform services in accordance with Attachment 2 � Performance Work Statement. Option Year (OY1) - TA Data Entry Clerk to perform services in accordance with Attachment 2 � Performance Work Statement. Option Year 2 (OY2) - TA Data Entry Clerk to perform services in accordance with Attachment 2 � Performance Work Statement. Option Year 3 (OY3) - TA Data Entry Clerk to perform services in accordance with Attachment 2 � Performance Work Statement. Option Year 4 (OY4) - TA Data Entry Clerk to perform services in accordance with Attachment 2 � Performance Work Statement. PERIOD OF PERFORMANCE: Base Year: 13 July 2025 � 12 July 2026 Option Year 1: 13 July 2026 � 12 July 2027 Option Year 2: 13 July 2027 � 12 July 2028 Option Year 3: 13 July 2028 � 12 July 2029 Option Year 4: 13 July 2029 � 12 July 2030 PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: ____________________ POC:__________________________________________ TELEPHONE #: ___________________________ E-MAIL ADDRESS: ____________________ ___________ TAX ID #: __________________________ Do you have capacity to invoice electronically through WAWF? (Yes / No) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. IMPORTANT (MUST READ): 1. This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR. As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-03, effective January 17, 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract. Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR. Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause. By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information. 2. Quoters must complete Attachment 3 - Bid Schedule accurately, adhering strictly to the specified unit of measure for each item; quotes not using the prescribed unit of measure will be deemed non-responsive. 3. The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1. Quotes shall be submitted in electronic format and emailed to delores.harris.2@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: Award will be based on price/technical to determine best value. IMPORTANT DATES AND TIMES: Questions will be due no later than 12:00 PM CST on Friday, 16 May 2025. Answers will be posted on or around 4:00 PM CST on Tuesday, 20 May 2025. Quotes are due no later than 12:00 PM CST on Friday, 23 May 2025. The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Statement of Work, dated 12 December 2024 Attachment 3, Bid Schedule Attachment 4, Wage Determination, dated 23 December 2024 Points of Contact (POCs): Contract Specialist: Delores Harris; Telephone: (318) 456-3410; Email: delores.harris.2@us.af.mil Contracting Officer: Krystal Ruiz-Velez; Telephone: (318) 456-6834; Email: krystal.ruiz_velez.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/26b75fac152445548ee39dd52f91029b/view)
- Place of Performance
- Address: LA 71110, USA
- Zip Code: 71110
- Country: USA
- Zip Code: 71110
- Record
- SN07452679-F 20250524/250522230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |