Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
SOLICITATION NOTICE

R -- Chapel Coordinator Service - Statement of Work - Bid Schedule - Past Performance Questionnaire

Notice Date
8/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-12-Q-0048
 
Archive Date
9/13/2012
 
Point of Contact
Brock A. Wilson, Phone: 6606872594, Terry W. Hester, Phone: 660-687-5434
 
E-Mail Address
509cons.sollgcb@whiteman.af.mil, terry.hester@whiteman.af.mil
(509cons.sollgcb@whiteman.af.mil, terry.hester@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Use this bid schedule when sending quotations. Statement of Work "Use of these funds is dependent upon the signature of the FY13 Defense Appropriations Bill or a Continuing Resolution (CRA)" IAW 52.232-18, Availability of Funds; Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-12-Q-0048. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(b). The North American Industry Classification System (NAICS) code for this acquisition is 561110. For the purpose of this procurement the small business size standard is $7.0M. General Wage Decision No. 2005-2307, Revision No. 13, Date of Revision: 06/13/2012 applies to this acquisition and can be found at http://www.wdol.gov/. All offers are to remain valid for a period of 120 days. Basis for Award; The Government will award a contract from this RFQ to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government by evaluating price and past performance information. Paper copies of the Request for Quotation shall not be made available. This requirement is for Chapel Coordinator Service IAW attached SOW. Period of performance will be one (1) year (1 October 2012 - 30 September 2013) plus four (4) one (1) year Option Periods (1 October 2013 - 30 September 2014, 1 October 2014 - 30 September 2015, 1 October 2015 - 30 September 2016, and 1 October 2016 - 30 September 2017). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, Defense Acquisition Circular 20120615, and Air Force Acquisition Circular 2012-0330: 52.204-7, Central Contractor Registration (CCR) 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors-Commercial Items Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: -The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. Addendum TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) separately bound parts, Part I - Price Proposal, and Part II - Past Performance Information. B. SPECIFIC INSTRUCTIONS: 1. PART I - PRICE PROPOSAL: a. Complete the attached Bid Schedule, to include all option periods. Unit prices shall prevail in the event the extended price is calculated incorrectly. b. Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal. c. Acknowledge any and all amendments to the solicitation. d. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 2. PART II - PAST PERFORMANCE - Limited to no more than 5 pages per contract listed. Only references for the same or similar type contract desired. Submit original plus one copy. a. Quality and Satisfaction Rating for Contracts Completed in the Past Three Years from the date of issuance of the solicitation: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. b. Offerors shall submit a consecutive list of all past and present performance for the last three years from the date of the solicitation. The list shall include a minimum of 3 contracts but limited to the most recent 10 contracts. Offerors shall submit the list no later than the date and time indicated in the combined synopsis/solicitation, to 509 CONS/LGCB, Attn: Brock Wilson, 727 Second Street, Suite 124A, Whiteman AFB, MO 65305-5344. This list may be provided by fax to (660) 687-2595 or email to 509cons.sollgcb@whiteman.af.mil. For all listed contracts, provide the following information: 1. Company/Division name 2. Contracting agency 3. Contract number 4. Brief description of contract effort. 6. Period of performance 7. Total contract value, including all modifications and options 8. Contracting Officer's name, address, and telephone number 9. Comments regarding compliance with contract terms and conditions 10. Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contract. c. Each offeror is responsible for sending the attached past performance questionnaire to its references. Upon completion of the questionnaires, they shall be returned directly from the references to the attention of 509 CONS/LGCB, Attn: Brock Wilson, 727 Second Street, Suite 124A, Whiteman AFB, MO 65305-5344. This list may be provided by fax to (660) 687-5462 or email to 509cons.sollgcb@whiteman.af.mil. Completed questionnaires must be submitted no later than the offer due date and time indicated in the combined synopsis/solicitation. This requirement for the submission of questionnaires is in addition to the requirement for a list of consecutive contracts specified in paragraph 2(b) above. d. Offerors are cautioned that the Government will use information provided by the offerors and information obtained by other sources in the development of the performance confidence assessment. e. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime offeror. 52.212-2, Evaluation - Commercial Items A. The government will award a firm fixed priced 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: (1) PAST PERFORMANCE (2) PRICE *Past Performance is approximately equal to Price, however cost/price will contribute substantially to the selection decision. B. Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement and transition period. 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). In the event the Government extends services under the authority of FAR 52.217-8, "Option to Extend Services", unit pricing for the last option period exercised preceding the extension shall remain in effect. These prices are already determined to have been evaluated at time of contract award. 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 offer's 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. The offeror must provide a resume' that identifies how the individual is capable of meeting the requirements in the SOW. Addendum to FAR 52.212-2: A. Basis For Contract Award: The basis of award for this acquisition will be Performance Price Tradeoff (PPT). 52.212-2 Evaluation-Commercial Items. B. Evaluation Criteria: 1. PRICE: For award purposes, the Government will evaluate the total price in the Base plus Option Periods of this solicitation. The total price of the Base or Option Period is the sum of the extended unit prices within the applicable period. The extended amounts for the base period and all option periods, will be added together for a total contract price and will be used for the ranking of offerors. Unit prices shall prevail in the event the extended price is calculated incorrectly. The Government may determine an offer unacceptable if the proposed prices are materially unbalanced, which is defined as significantly understated or overstated in relation to the actual cost of the item or when the price is determined not to be fair and reasonable. Proposed prices will become fixed prices on the contract. a. Total evaluated amount for Base Period and Option Periods: Extended amounts for CLINS 0001 thru 4001 are all added together for a total for that specific period. b. Total Contract Amount: (Total Evaluated Amount for Base Period) + (Total Evaluated Amount for Option Period 1) + (Total Evaluated Amount for Option Period 2) + (Total Evaluated Amount for Option Period 3) + (Total Evaluated Amount for Option Period 4) = Total Evaluated Amount. 2. EVALUATING PAST PERFORMANCE: The Contracting Officer will assess past performance, specifically information on relevant and recent contracts obtained from the results of past performance surveys. Using questionnaires, the Contracting Officer shall seek performance information on the offeror's based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. a. Ability to work within a pluralistic religious setting with representatives of a variety of faith groups on a military installation. Ability to work harmoniously with military chapel staff, parish councils and various other groups within the Catholic and Protestant communities in planning, setting, achieving, measuring, documenting and evaluating relevant goals and objectives. Ability to effectively accomplish assigned tasks with minimal supervision. Familiarity with, and ability to productively use, the following computer programs: i. Word ii. Power Point iii. Excel iv. Outlook Working knowledge of the essential teachings and religious practices of the Catholic and Protestant faith. Must possess working knowledge of chapel financial plans. b. The purpose of the past performance evaluation is to allow the Government to make an evaluation of the offeror's ability to perform the effort described in the RFQ, based on the offeror's demonstrated present and past performance. Relevant past performance is defined as Chapel Coordinator duties as provided in the Performance Work Statement contained in this solicitation. Recent past performance is defined as contracts performed within the last three (3) years from date of issuance of solicitation, but limited to the most recent 10 contracts. Offerors with no past experience in Chapel Coordinator duties shall state so. Past performance information shall include information on corporate experience and past performance which clearly demonstrates that the offeror is capable of conforming to contractual requirements. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Past performance regarding minor members of joint ventures or teaming arrangements will be considered as highly as the majority member of those arrangements. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. c. The assessment represents the Government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Past performance evaluation is accomplished through the assignment of a confidence assessment rating based on assessing offeror's relevant past performance history focusing in and targeting performance that is relevant to the solicitation. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in Air Force FAR Supplement 5315.101-1 and MP 5315.305 (see the following table). Each proposal will be assigned one of the following performance confidence assessments. Note that these assessment ratings are subjective based on the past performance information collected. PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the Government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. d. Performance of the three lowest priced offers will be evaluated and receive a performance confidence assessment. If none of the three lowest priced offerors is judged to have a Substantial Confidence performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Substantial Confidence performance assessment or until all offerors are evaluated. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced offeror is not judged to have a Substantial Confidence performance assessment. e. The government reserves the right to award a contract to other than the lowest priced offeror, if the lowest priced offeror is judged to have a performance confidence assessment of other than "Substantial". In that event, the Source Selection Authority shall make an integrated assessment best value award decision. f. Offerors are cautioned to submit sufficient information and in the format specified in Addenda To 52.212-1. Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (End of Provision) 52.212-3, Offeror Representations and Certifications- Commercial Items 52.212-4, Contracts Terms and Conditions- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-8, Utilization of Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 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 Veterans 52.222-36, Affirmative Action for Handicapped Workers 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act of 1965 (Fill-in) Wage Determination No. 2005-2307, Revision No.: 13, Date of Revision: 06/13/2012 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.222-42, Statement of Equivalent Rates for Federal Hires(Fill-in) GS5 Step 2 - $15.51 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) 52.217-8, Option to Extend Services; 30 days 52.217-9, Option to Extend the Term of the Contract, 30 days; 60 days; 66 months 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCB, Whiteman AFB, MO 65305-5344) 52.232-18, Availability of Funds 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference; farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses: (Fill-in) DFARS (48CFR2); 252.212-7000, Offeror Representations and Certifications 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. 252.232-7007, Limitation of Government's Obligation 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman: AFGSC/A7K/41 Orville Wright Avenue/Barksdale AFB LA 71110/ Phone: (318) 456-6336 5352.223-9000, Elimination of ODS; 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations 5352.223-9001, Health and Safety on Government Installations WAWF Clause (Service Contract) Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.). Quotations can be e-mailed to the following e-mail address: 509cons.sollgcb@whiteman.af.mil or by FAX to (660) 687-5462 to the attention of SSgt Brock Wilson or TSgt Terry Hester. NOTE: Quotations must be received by 29 August 2012, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Attachments: 1. Statement of Work 2. Past Performance Questionnaire 3. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5d75c0770c33440f759246592da511d)
 
Place of Performance
Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02837640-W 20120815/120814000955-e5d75c0770c33440f759246592da511d (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.