Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOLICITATION NOTICE

R -- Exceptional Family Program Coordinator - Performance Work Statement

Notice Date
8/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-11-Q-0026
 
Archive Date
9/23/2011
 
Point of Contact
Todd F. Tolson, Phone: 2088283120
 
E-Mail Address
todd.tolson@mountainhome.af.mil
(todd.tolson@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Performance Work Statement for the Exceptional Family Program Coordinator (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-11-Q-0026 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20110819. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 624190; Small Business Size Standard: $7.0MIL (v) CLIN 0001 - 1 EA - Exceptional Family Program Coordinator in accordance with the attached Performance Work Statement (PWS). (Period of Performance: 19 September 2011 to 18 September 2012) CLIN 1001 - 1 EA - Exceptional Family Program Coordinator in accordance with the attached PWS. (Period of Performance: 19 September 2012 to 18 September 2013) Attachments PWS Wage Determination (vi) Place of performance: 575 Gunfighter Ave, Mountain Home AFB, Idaho. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government based on price. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street, Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax :(757)764-4400** (x) The clause at FAR 52.217-8 Option to Extend Services, applies to this acquisition. 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 10 days. (xi) The clause at FAR 52.217-9 Option to Extend the Term of the Contract, applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 2 years and 6 months. (xii) The clause at FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 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. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 24620 - Family Readiness Coordinator $15.00/hr (End of Clause) (xiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiv) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xv) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xvi) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this acquisition. The evaluation for this acquisition is based on price. (a) Options: The government will evaluate offers for award purposes by adding the total price of all line items for a total price of the basic year and all option years and add all years together for a total contract price. The government may determine that an offer is unacceptable if the basic year or any option year prices are significantly unbalanced. Unbalanced pricing exists when, despite the total evaluated price, the price of the basic year or one or more of the option year's price is significantly over or understated as indicated by the application of price analysis techniques. Evaluation of options shall not obligate the government to exercise the option(s). (xvii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xviii) Quotes must be emailed to Todd Tolson at todd.tolson@mountainhome.af.mil, or faxed to (208) 828-3120. Quotes are required to be received no later than 16:00 MST, 8 Sep 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-11-Q-0026/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02556689-W 20110902/110831235140-349cde5b19f1835ac78153c3f2d4c870 (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.