Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOLICITATION NOTICE

U -- GSA Safe and Vault Technician and Inspector Training

Notice Date
4/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-12-T-0003
 
Archive Date
4/28/2012
 
Point of Contact
Emma Hargrove,
 
E-Mail Address
emma.hargrove.1@us.af.mil
(emma.hargrove.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(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) Request for Quote - FA3002-12-T-0003 (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. (iv) This procurement is 100% set-aside for Small Business under the NAICS code 611519 with an applicable size standard $7M. (v) Contract Line Item Number 0001: GSA Safe/Vault Technician and Inspector Training Course Saudi Royal Air Force (RSAF) GSA Safe and Vault Technician and Inspector Training for (2) two RSAF students. 1) GSA Safe & Vault technician course must provide approved methods of servicing, installing, diagnosing, troubleshooting, repairing and certifying GSA: Locks, Vaults & Containers. Also, this course must provide training/instruction on the proper means to perform covert and forced entry into GSA Containers. Students must receive official certification upon training course completion. 2) Inspector certification course must provide the students how to confirm if a GSA container or vault door meets the Federal Performance Specifications and can be GSA approved. The student shall be instructed on the latest regulations and updates. Related topics including; inspection procedures, specification updates for GSA approved containers, vault doors and locks. Students must receive official certification upon training course completion. 3) Instruction shall include training for/on: 2 Drawer Class 6 Security Safe / Filing Cabinet (NSN 7110-00-920-9342); 4 Drawer Class 6 Security Safe / Filing Cabinet (NSN 7110-00-920-9343); X-09 Locks - NSN 5340-01-498-2758 (vi) See Item (v) above. (vii) Period of Performance: Course should be able to be scheduled at contractor's facility anytime from 15 April - 1 July 2012. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with no applicable addenda. (ix) The provision at 52.212-2, Evaluation - Commercial Items is not applicable to this procurement. In accordance with FAR 13.106, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be made to the lowest evaluated price proposal meeting the technical requirements of the solicitation. (x) Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with proposal. (xi) The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition with the following addendum: 52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (Deviation) The following clauses are incorporated into this solicitation by reference: FAR 52.204-7, Central Contractor Registration (FEB 2012); FAR 52.219-28, Post-Award Small Business Program Representation (APR 2009); FAR 52.222-3, Convict Labor (JUN 2003); FAR 52.222-49, Service Contract Act -- Place Of Performance Unknown (MAY 1989); FAR 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Certification (Nov 2007); FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (MAY 2008); FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011); FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3, Protest After Award (AUG 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). The following clauses are incorporated into the solicitation by full-text as detailed below: 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. Employee Class GS-07 General U.S. - $19.21 Monetary Wage-Fringe Benefits: 36.25% (contribution of 7% of basic hourly rates for insurance (health and life), 26.1% for retirement, 1.45% for Medicare, and 1.7% for other fringe benefits). Ten paid holidays: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (End of Clause) 52.252-2; Clauses Incorporated by Reference (Feb 1998) 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 this/these address(es): http://farsite.hill.af.mil (End of clause) IAW DFARS 252.232-7003 - Electronic Submission and Processing of Payment Requests 1. During the performance of the subject contract, invoices will be submitted and accepted using the WAWF web-based system. For information on WAWF, including web-based training, visit the web-site at: https://wawf.eb.mil/ and click on About WAWF. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you are already familiar with WAWF, the information that follows will assist you in self-registering to submit invoices for the subject contract. 2. The following are the codes needed to input a COMBO invoice in WAWF for the subject contract: Issue DoDAAC: FA3002 Admin DoDAAC: FA3002 Inspector: N/A Service Acceptor: F3PH31 Pay DoDAAC: F67100 3. To facilitate prompt, accurate processing of your invoices through WAWF, please set up email notifications for the following: Contracting Officer - collin.christopherson.1@us.af.mil Contract Specialist - emma.hargrove.1@us.af.mil Training Program Manager - william.fisher.18@us.af.mil 4. For questions regarding WAWF, contact the Customer Support section at (801)605-7095. For questions regarding the contract, contact the Contracting Officer at collin.christopherson.1@us.af.mil. 5. Changes to the email addresses or Contracting Officer noted above will be made via email. All other changes will be made through modification. (End of clause) AFFARS 5352.201-9101, Ombudsman (Apr 2010) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) (xiii) This solicitation has no other additional contract requirement(s) or terms or conditions. (xiv) This requirements does not have a Defense Priorities and Allocations System (DPAS) rating. (xv) Offers are due 13 April 2012 at 1200 PM CST. Offerors should submit proposals electronically to the point of contact in section (xvi) below. (xvi) Ms. Emma Hargrove Contracting Officer Emma.Hargrove.1@us.af.mil (210) 652-7759
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-12-T-0003/listing.html)
 
Record
SN02712357-W 20120405/120403235154-1fa4f2604d242816300635051629ab5f (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.