SOLICITATION NOTICE
D -- Fort Carson Contracting Office has a requirement for After Hours Telephone Answering Services
- Notice Date
- 11/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561421
— Telephone Answering Services
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ11T0004
- Response Due
- 12/2/2010
- Archive Date
- 1/31/2011
- Point of Contact
- Angela Arwood, 719-526-1952
- E-Mail Address
-
Fort Carson DOC
(angela.arwood@us.army.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 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 services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), solicitation number W911RZ-11-T-0004, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. The North American Industrial Classification System (NAICS) number is 561421 and the business size standard is $7.0 million. The proposed acquisition is reserved 100% for a small business set aside. LINE ITEM/DESCRIPTION: Base Year 0001 Telephone Answering Service All work will be performed in accordance with the attached Performance Work statement(PWS). Period of performance is 16 December 2010 through 15 December 2011. Quantity Unit of IssueUnit PriceTotal Price 12 month x $______________ = $_____________ 0002 Contractor Manpower Reporting for fiscal year 2011 Contractor Manpower Reporting, per PWS paragraph 2.1.16. QuantityUnit of IssueUnit PriceTotal Price 1 eachx $______________ = $_____________ Total Price for Base Year $_____________________ Option Year One 1001 Telephone Answering Service All work will be performed in accordance with the attached PWS. Period of performance is 16 December 2011 through 15 December 2012. QuantityUnit of IssueUnit PriceTotal Price 12 month x $______________ = $_____________ 1002 Contractor Manpower Reporting for fiscal year 2012 Contractor Manpower Reporting, per PWS paragraph 2.1.16 QuantityUnit of IssueUnit PriceTotal Price 1 eachx $______________ = $________________ Total Price for Option Year One $_____________________ Option Year Two 2001 Telephone Answering Service All work will be performed in accordance with the attached PWS. Period of performance is 16 December 2012 through 15 December 2013. QuantityUnit of IssueUnit PriceTotal Price 12 month x $______________ = $_____________ 2002 Contractor Manpower Reporting for fiscal year 2013 Contractor Manpower Reporting, per PWS paragraph 2.1.16 QuantityUnit of IssueUnit PriceTotal Price 1 each x $______________ = $________________ Total Price for Option Year Two $_____________________ The following provisions are applicable to this acquisition: 52.212-1 Instructions to Offerors Commercial Items Addendum to 52.212-1: This procurement will be conducted using the simplified acquisition procedures in FAR Part 13. Proposals will be evaluated using the lowest price technically acceptable method. In order for an offeror to be considered technically acceptable, it must submit a concise proposal that reflects an understanding of and a satisfactory plan for complying with the requirements of this solicitation. Past performance information will be considered by the contracting officer in making the responsibility determination required by FAR 9.103. The Government intends to make a single contract award. By the time specified in the solicitation for receipt of offers, the offeror shall submit a proposal on company letterhead that includes the solicitation number; name, address, and telephone number of the offeror; and pricing for all items in the schedule above, including total. The offeror shall also include any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation amendments (if any), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx. 52.212-2 Evaluation-Commercial Items Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price technically acceptable. Past performance information will be considered by the contracting officer in making the responsibility determination required by FAR 9.103. (b) Options. The Government will evaluate options for award purposes. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option, and one-half of the fourth option. Offerors are required only to price the base and four options. Offerors shall not submit a price for the potential one-half year extension of services period (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-5 -- Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.202-1 Definitions 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.208-9 Contractor Use of Mandatory Sources of Supply or Services 52.212-3 Offeror Representations and Certifications- Commercial Items 52.223-13 Certification of Toxic Chemical Release Reporting 52.233-2 Service of Protest Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Angela Arwood, Contracting Officer, MICC-Directorate of Contracting, 1676 Evans St. Bldg. 1220, 3rd fl, Fort Carson, CO 80913-5198. The copy of any protest shall be received in the office designated above within one day after filing a protest with the GAO. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country The following FAR clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration 52.204-9 Personal Identity 52.212-4 Contract Terms and Conditions Commercial Items 52.216-1 Type of Contract The Government contemplates award of a firm-fixed-price contract resulting from this solicitation. 52.216-4 Economic Price Adjustment-Labor and Material 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR clauses cited in this clause applicable to this acquisition are: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.219-28 Post Award Small Business Program Representation The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 561421. 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans of Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 Wage Determination # 05-2079 Revision 11, Dated 06/15/2010 for El Paso County, Colorado is applicable to this solicitation and resulting award. See http://www.wdol.gov website for the entire Wage Determination. 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. 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.223-9 Estimate of Percentage of Recovered Material Content for EPS-Designated Products 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. 52.217-9 Option to Extend Term of Contract a) The Government may extend the term of this contract by written notice to the Contractor within no later than 30 days before contract expiration; 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 five years and six months. 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-10 Waste Reduction Program 52.252-2 Clauses Included 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 these addresses: http://farsite.hill.af.mil/vffara.htm, http://farsite.hill.af.mil/VFDFARA.HTM, http://farsite.hill.af.mil/vfafara.htm The following DFARS clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative 252.204-7004 Alt A Central Contractor Registration Alternate A 252.209-7004 Subcontracting with Firms that are Owned or Controlled by a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional clauses cited in this clause applicable to this acquisition are: 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.225-7012 Preference for Certain Commodities 252.243-7002 Requests for Equitable Adjustment 252.223-7006 Prohibition of Storage and disposal of toxic materials 252-225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7007 Limitation of Governments Obligation The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Information: ALTERNATE DISPUTES RESOLUTION: In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. FIRE PREVENTION: The Contractor shall comply with fire prevention practices as set forth by the National Fire Protection Association in the National Fire Code and other recognized fire prevention agencies and post regulations. 5152.233-4000 HQ AMC-LEVEL PROTEST PROGRAM (NOV 2008): 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, 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 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 33.10. If you want to file a protest under the 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. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 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 AMC-Level Protest Procedures. 52.222-99 - Notification Of Employee Rights Under The National Labor Relations Act. NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEVIATION 2010-O0013) (JUN 2010) (a) During the term of this contract, the Contractor shall post a notice, of such size and in such form, and containing such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2 (d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relation Act and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notices to employees electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any website that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's website that contains the full text of the poster. The link to the Department's website, as referenced in (b) (3) of this section, must read, Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers. (b) This required notice, printed by the Department of Labor, may be- (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, u.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency, if requested] ; (3) Bownloaded from the Office of Labor-Management Standards web site at www.dol.gov/olms/regs/compliance/E013496; or (4) Reproduced and used [as] exact duplicate copies of the Department of Labor's official poster. (c) The required text of the Employee Notification referred to in this clause is located at Appendix A, Subpart A, 29 CFR part 471. (d) The Contractor shall comply with all provisions of the Employee Notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and FAR Subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 471, which implements E.O. 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 or this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for non compliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. (End of clause) Period of Performance for the base year is 16 December 2010-15 December 2011. All quotes shall be valid for 90 days after the solicitation closes. All questions regarding this solicitation must be received in writing via e-mail to BOTH YaKita McClurkin at yakita.mcclurkin@conus.army.mil and Kyle Swift at kyle.p.swift@us.army.mil no later than (NLT) COB on 29 November 2010. Offers shall be received no later than 12:00 noon local time, 2 December 2010. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or proposals via e-mail to yakita.mccurkin@us.army.mil and kyle.p.swift@us.army.mil or in person TO: YaKita McClurkin, and Kyle Swift Contract Specialist or mailed to MICC, Directorate of Contracting, ATTN: MICC- Ft. Carson / YaKita McClurkin/ Kyle Swift, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Please contact Angela Arwood, Contracting Officer, 719-526-0085 or email to Angela.Arwood@us.army.mil in the absence of YaKita McClurkin or Kyle Swift. (End of Text) EXHIBITS AND ATTACHMENTS Attachment 1: Performance Work Statement Attachment 2: Wage Determination Attachment 3: Performance Requirements Summary Attachment 2: Contract Data Requirement Listing
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ac4b4744b55e568b56976f967183058)
- Place of Performance
- Address: Fort Carson Contracting Office-MICC 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02333101-W 20101125/101123234646-2ac4b4744b55e568b56976f967183058 (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 |