Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

U -- Academic Advisor - Attachment 1 - Statement of Work

Notice Date
7/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R3E12121A001
 
Archive Date
9/4/2012
 
Point of Contact
Curtis D. Williams, Phone: 830-298-5992, Clinton Rohloff, Phone: 830-298-4965
 
E-Mail Address
curtis.williams.22@us.af.mil, clinton.rohloff@us.af.mil
(curtis.williams.22@us.af.mil, clinton.rohloff@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Evaluation Factors IAW FAR 52.212-2 Attachment 3 - Bid Schedule Attachment 2 - Background Check Release Form Attachment 1 - Statement of Work for the Academic Advisor non-personal service. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number "F2R3E12121A001" is hereby issued as a Request for Proposal (RFP) using FAR Part 15 Contracting by Negotiation procedures. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 611710 with a small business size standard of $7.0 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 12 and the Defense Federal Acquisition (DFARS) Change Notice, 15 June 2012. Notice to Offerors: Funds are not currently available for this solicitation. Award of this contract as a result of this solicitation is contingent upon the availability of appropriated funds from which payment of this contract may be made. There shall be no legal purposes until funds are made available to the Contracting Officer. The Contracting Officer will confirm availability of funds in writing to the contractor upon award of the contract. CLIN 0001 : QTY 1641 Hrs; Academic Advisor, Non-Personal Services in accordance with attached Statement of Work. Base Year: 01 Oct 12 - 30 Sep 13. CLIN 1001 : QTY 1641 Hrs; Academic Advisor, Non-Personal Services in accordance with attached Statement of Work. Option Year 1: 01 Oct 13 - 30 Sep 14. CLIN 2001 : QTY 1641 Hrs; Academic Advisor, Non-Personal Services in accordance with attached Statement of Work. Option Year 2: 01 Oct 14 - 30 Sep 15. CLIN 3001 : QTY 1641 Hrs; Academic Advisor, Non-Personal Services in accordance with attached Statement of Work. Option Year 3: 01 Oct 15 - 30 Sep 16. CLIN 4001 : QTY 1641 Hrs; Academic Advisor, Non-Personal Services in accordance with attached Statement of Work. Option Year 4: 01 Oct 16 - 30 Sep 17. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.203-3 - Gratuities (Apr 1984); FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.204-7 Central Contractor Registration (Feb 2012); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors - Commercial Items and any addenda to the provision as listed in this notice; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) and any addendum to the provision as listed in this notice; FAR 52.219-1 Small Business Program Representations Alternate I (Apr 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28 Post Award Small Business Program Representation (Apr 2012). NAICS Code 611710 assigned to F2R3E12121A001; FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-37 Employment Reports on Veterans (Sep 2010); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011; FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.232-33 Payment by electronic Funds Transfer (Oct 2003); FAR 52.233-3 Protest after Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract (Oct 2004); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.247-34 F.O.B. Destination (Nov 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012); DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Natice Hawaiian Small Business Concerns (Sep 2004); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002). The following clauses will be incorporated into the resultant contract in full text and amended as follows: FAR 52.212-2 Evaluation - Commercial Items (Jan 1999); the evaluation criteria stated in paragraph (a) of the provision are as follows: Award will be made on a best value basis; the information in Attachment 4 - Evaluation Criteria shall be used to determine best value. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2011) (Offeror must complete the representations and certifications and submit with offer). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.; FAR 52.212-5 (Deviation) Statutes or Executive Orders - Commercial Items (May 2012); FAR 52.217-3 Evaluation Exclusive of Options (Apr 1984); FAR 52.217-8 Option to Extend Services (Nov 1999), within 60 days; FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), within 30 days and at least 60 days; FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); FAR 52.233-2 -- Service of Protest (Sep 2006); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: http://farsite.hill.af.mil; FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) is amended to include the internet address: http://farsite.hill.af.mil; FAR 52.252-3 Alterations in Solicitation (Apr 1984); FAR 52.252-4 Alterations in Contract (Apr 1984); FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 1 (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 1; DFARS 252.209-7999 Prohibition Against Contracting with Corporations that Have Unpaid Delinquent Tax Liability (Deviation 2012-O0004) (Jan 2012); DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005); DFARS 252.212-7001 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2012); AFFARS 5352.201-9101, Ombudsman (Apr 2010) (Mr David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@randolph.af.mil.); AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 2997); AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007); AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (Aug 2004). Addendum to FAR 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS Reference FAR 52.212-1, Paragraph (b)(8) is hereby tailored as follows: SUBMISSION OF COMPLETE PROPOSALS : All proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being unacceptable to the Government and elimination from consideration for award. The following information must be included in the proposal in the following format: 1) Full description, quantity, and price of each proposed item 2) Any applicable prompt payment discount terms; e.g. Net 30. 3) Length of time the quote is valid. 4) Tax Identification Number (TIN). 5) Email address and phone number of individual authorized to provide pricing information. 6) Clause 52.212-3 Alt I 7) Clause 52.222-22 8) Clause 52.222-25 9) Clause 52.219-1 Alt I 10) Clause 52.219-28 11) Contractor Resume 12) University and/or College Transcripts 13) Completed Background Check Form (Atch. 2) 14) Completed Bid Schedule (Atch. 3) Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc, may be changed unilaterally by the Government. In accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate 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 address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alt I, Offer Representation and Certification with Offer; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance. No telephonic or fascimile responses will be processed. All responses must be received no later than Monday, 23 Jul 12 at 3:00pm CST. Please send quotes to A1C Curtis Williams by e-mail curtis.williams.22@us.af.mil. If you have any questions please call (830) 298-4594 or send an e-mail to the above e-mail address. You may also contact the alternate POC, SrA Jacob Tackett at (830) 298-4388, or by e-mail jacob.tackett@us.af.mil. Smoking In AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. WIDE AREA WORKFLOW-RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Request, the contractor shall submit payment request using WAWF-RA. To register and submit invoice go to https://wawf.eb.mil. The contractor shall create and submit an "Invoice as 2-in-1 (Services Only)". When creating the invoice the contractor shall use the following Department of Defense Activity Address Codes (DODAAC). Contractor shall only fill-in fields with an "*". Field Fill-in ISSUE DoDAAC: FA3099 ADMIN DoDAAC: FA3099 INSPECT BY DoDAAC/Ext: F2R3E1 SERVICE ACCEPTOR DoDAAC: FA3099 PAY DoDAAC: F67100 If you have any questions, please contact the contracting officer identified in block 31b of the purchase order. Attachments: 1. Statement of Work 2. Background Check Form 3. Bid Schedule 4. Evaluation Criteria
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R3E12121A001/listing.html)
 
Place of Performance
Address: Education and Training Flight, 47 FSS/FSD, 201 Mitchell Blvd, Bldg 221, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02809390-W 20120721/120720001147-76c44d71765afd823190044a48a20ec4 (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.