Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

U -- Solaris 10 Sys Admin I and II Training - Statement Of Work

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
F3NT171182A004
 
Archive Date
10/11/2011
 
Point of Contact
Clayton B. Bodkin, Phone: 3144897996
 
E-Mail Address
clayton.bodkin@ramstein.af.mil
(clayton.bodkin@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Required Services ***This is not a funded requirement and funds are not available at this time*** Combined Synopsis/Solicitation (i) 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. (ii) Solicitation number: F3NT171182A004 issued as a request for quote (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) Not a set-aside. (v) The 700 CONS/LGCA Support Flight has a requirement for the Solaris 10 Sys Admin I and II training at Ramstein AB Germany. The Government intends to award a Firm Fixed Price Contract for the following items in accordance with the attached Performance Work Statement: Please see attached Statement of Work for details. (vii) The place of performance and acceptance will be: Ramstein AB, Germany All offerors must quote FOB Destination to the above location. Estimated period of performance: 30 Sep 2011 - 30 Oct 2011 (viii) The following Clauses and Provisions apply to this requirement: FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition; (ix) FAR 52.212-2, Evaluation - Commercial Items, is used. Award(s) will be made to the lowest price offeror whose quote represents the best value to the Government. All offers will be evaluated based on unit price provided. In addition to price, the offer must contain the following documentation: transcripts from an accredited American college/university for baccalaureate degree and masters degree (or 15-30 semester hours) showing compliance with requirements listed in the performance work statement under paragraph 2, "Qualifications" ; and past experience information detailing performance in a similar capacity and listing point of contact information to include telephone number and email address. Past experience information shall be in support of requirements that occurred not later than three years from the issue date of this RFQ. The Government intends to award up to three blanket purchase agreements with qualified offerors whose unit price represents the best value to the Government. The unit price submitted by the offeror shall be valid for a 12 month period. (x) Include a completed copy of the provision at 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with your offer if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: FAR 52.222-50 (alt I) Combating Trafficking in persons, FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Additional FAR clauses cited are: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviations in Clauses, http://farsite.hill.af.mil; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Deviation; DFARS 252.225-7041, English Correspondence; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.229-7001 Alt 1, Tax Relief, VAT Rate is 19%; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.233-7001 Choice of Law; AFFARS 5352.201-9101, Ombudsman; (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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary Command Ombudsman Ms Tara Petersen tara.petersen@ramstein.af.mil DSN: (314)480-2209 COMM: 0049-6371-47-2209, Alternate Command Ombudsman Ms Heidi Hoehn heidi.hoehn@ramstein.af.mil DSN: (314)480-9330 COMM: 0049-6371-47-9330. FAX: (314)480-2025 MIL: HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-5010 COMM: HQ USAFE/A7K, Geb. 529 Flugplatz, 66877 Ramstein-Miesenbach DE Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) AFFARS 5352.225-9004, Submission of Offers in Other Than United States Currency. (The FCFD rate used for evaluation purposes is $1.00 equals EURO 0.7212) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) In addition to the access documentation requirements listed below, the contractor shall submit a written request on company letterhead with a copy to the unit responsible for contract oversight (Quality Assurance Personnel or Contracting Officer Representatives), with a copy to the contracting officer, listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The approved individuals in paragraphs (1) and (2) below, will endorse the request and forward it to the issuing base pass and registration office or security police (Long Term Pass office at the West Gate of Ramstein AB, GE or the Installation Pass Office, Spangdahlem AB, GE) for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and provide any local document requirements listed in this paragraph, to obtain a vehicle pass. (1) For construction projects send the written request to either 86 CES/SABER (Ramstein projects) or 52 CES/SABER (Spangdahlem projects). (2) For services contracts, send the written request to the Contracting Officer Representative for your contract as designated in writing by the Contracting Officer. SPECIFIC ACCESS REQUIREMENTS FOR CONTRACTS PERFORMED IN GERMANY A. US CITIZENS: 1. US Citizens employed under contract with Technical Expert, Troop Care, Analytical Support, or Military Exigency status, are vetted for performance and base access through DOCPER. Go to the DOCPER Internet site at http://www.per.hqusareur.army.mil/cpd/docper for information not covered below, i.e., AE Reg 715-9 FAQs (Frequently Asked Questions), Informative presentations, and a wealth of other status-related info. (a) In accordance with the Exchange of Notes (dated 27 Mar 98) implementing the Provisions of Articles 72 and 73 of the German Supplementary Agreement (SA) to the North Atlantic Treaty Organization (NATO) Status of Forces Agreement (SOFA), non-German citizens of a NATO member country who perform services on US Government contracts shall not start work in Germany without meeting one of the following criteria: (1) Technical Expert Status accreditation (TESA) (2) Troop Care Status accreditation (TCSA) (3) Analytical Support Status accreditation (ASSA) (4) Military Exigency (ME) via TESA or ASSA (5) TESA/ASSA TDY (6) Exemption from German work permit ("fax back") (7) German work permit or compliance with European Union member nation exchange laws and regulations (8) Certificates of limited tax liability and a German work permit (b) In order to request status under paragraph (a)(1) through (a)(5) above, the contractor shall submit all subcontractor agreements which will be used for the Government's Contract Notification package to DoD Contractor Personnel Office (DOCPER). The contractor shall submit Technical Expert Status Accreditation (TESA)/Troop Care Status Accreditation (TCSA)/Analytical Support Status Accreditation (ASSA) application packages for any employees for which TESA/TCSA/ASSA is sought within three business days of the individual being hired. (c) The applications cited in paragraph (b) above shall be submitted by the contractor, by means of the DOCPER Contractor Online Processing System (DCOPS) through the contracting officer's appointed representative to DOCPER. DOCPER's contact information is available at the DOCPER Internet site http://www.per.hqusareur.army.mil/cpd/docper/GermanyDefault.aspx (d) A 10-week temporary TESA or ASSA may be granted by the US Government for purposes of Military Exigency (ME). ME is granted for time sensitive, mission critical positions for the purpose of permitting individual contract employees, who upon initial review of the application appear to meet the requirements of TESA or ASSA, to begin working in Germany prior to TESA/ASSA accreditation. (e) Current Common Access Card (CAC) procedures: (1) DOCPER issues the DD 1172-2. (2) The Contracting Officer's Representative at the unit level (QAP/COR), as the Trusted Agent (TA), creates a Contractor Verification System (CVS) account for the contractor employee to enter and complete online personal information. (3) The employee takes a copy of the DD 1172-2 and proof of CVS entry into the database to the pass and identification issuing office to obtain CAC. (f) In addition to the contract clause AFFARS clause 5352.242-9001, CACs for Contractor Personnel, local policy directs the contractor to turn in CACs to the issuing office and provide written/signed documentation, by the Program Manager or equivalent, of the office and date CACs were returned for any actions defined in paragraphs (d) and (e). Contract clauses are located at http://farsite.hill.af.mil/VFFARa.HTM. (g) The contractor shall allow German government authorities to visit the contractor's work areas for the purpose of verifying the status of positions and personnel as Technical Expert (TE)/Troop Care (TC)/Analytical Support (AS) employees. Such visits will not excuse the contractor from performance under this contract or result in increased costs to the Government. (h) The contract price shall not be subject to an economic adjustment with regard to TESA/TCSA/ASSA in the event that (1) the contract and any or all positions identified in the contractor's proposal are disapproved for TESA/TCSA/ASSA; or (2) any or all positions submitted for TESA/TCSA/ASSA consideration during the life of the contract are disapproved for TESA/TCSA/ASSA; or (3) any or all contractor employees are denied TESA/TCSA/ASSA; or (4) TESA/TCSA/ASSA accreditation is rescinded during the life of the contract. (i) If the contractor's employees will be performing in the Federal Republic of Germany under the conditions identified in paragraphs (a)(6) through (a)(8) of this clause, DOCPER is not involved in the process. B. RESIDENT OF EUROPEAN UNION OR NATO-MEMBER (i.e., Contractor and Contractor Employee): TEMPORARY BASE ACCESS OR CONTRACTS LESS THEN 90 DAYS IN DURATION: Temporary pass issued if: 1. Contract period is less than 90 days 2. A favorable rating on the screening is not available for contract employee. Note: Once a favorable rating is received, the employee returns for issuance of a new pass for the total contract period requested in the original paperwork. 3. Required Documents: i. 17 Page questionnaire or 604-1B) must be filled out entirely for it to be of any use to us (addresses, phone numbers, zip codes etc) ii. Original and copy of Passports or Personal Ausweiss iii. Original and copy of PGCC (Police Good Conduct Certificate) BASE ACCESS FOR CONTRACTS WITH A PERFORMANCE PERIOD OF MORE THAN 90 DAYS: Mandatory Installation access procedures apply when contractors require access under this contract at least three (3) times per week for a period of at least 90 days. 1. Procedures to receive an Installation Pass (IP) are as follows: a. USAFE Form 79: i. The 577 card holder in the unit receiving services will be responsible for completing the USAFE Form 79 and insuring the pass applicant has all of the required documents to obtain an IP. b. Proof of Identification - Valid Identification Documentation: i. Police Good Conduct Report (PGCC) obtained at the local court house - provide original plus one copy ii. Ausweis (German ID or National ID) - provide original plus one copy c. Additional Mandatory Requirements: i. If local national employees reside outside of Germany or are subcontractors under a prime contractor, written verification of contract data may be needed. Information is available from individuals issuing letter cited in paragraph 1(b). ii. Work permit if individual is a citizen is from a country other than where contract performance will occur iii. 17 page questionnaire for back ground investigation unless investigation was accomplished within the last five years. END OF ACCESS PROCEDURES IN GERMANY (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, paragraphs 7.4.2. Issuing Restricted Area Badges, 7.9. Unescorted Entry to Restricted Areas -- Single Badge System and 7.15 Controlled Area Access..(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the office that issued the approved letter forwarded to the Long Term Pass and Registration Office (Ramstein) or Installation Pass Office (Spangdahlem). (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiii)Additional contract requirement(s) or terms and conditions: None (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered Note(s): None (xvi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xvii) All offers are due - September 21th, 2011 before 1500hrs (3:00pm) Central European Time. Offers must be sent via email to clayton.bodkin@ramstein.af.mil. (xviii) The Point of Contact for this requirement is: SSgt Clayton Bodkin, telephone +49-631-536-7996, email clayton.bodkin@ramstein.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/F3NT171182A004/listing.html)
 
Place of Performance
Address: Ramstein AB Germany, Ramstein AB, Non-U.S., 66877, Germany
 
Record
SN02585844-W 20110922/110921001301-9ab9981e8d3270d3ec9dc9dd3423bdb2 (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.