SOLICITATION NOTICE
R -- Cyber Cafe - PWS
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-12-T-6055
- Archive Date
- 9/19/2012
- Point of Contact
- Mario A. Rodriguez, Phone: 7195566127, Bryan Wolford, Phone: 7195569381
- E-Mail Address
-
MARIO.RODRIGUEZ.13@us.af.mil, bryan.wolford@peterson.af.mil
(MARIO.RODRIGUEZ.13@us.af.mil, bryan.wolford@peterson.af.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- PWS Cyber Cafe (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA2517-12-T-6055, Eclipse Cyber Cafe Coordinator is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. (iv) This acquisition is being procured as a Women-Owned Small Business set aside. The NAICS code for this requirement is 561990, All Other Support Services. The size standard is $7 million and a single award will be made as a result of evaluation of quotes. Wage Determination CO 2005-2079 Revision 13 applies to this acquisition. (v) The commercial items are outlined in the Performance Work Statement (PWS). The items required in the PWS are being procured for a base period and three option periods. Option periods will be exercised IAW FAR 52.217-9 Option to Extend the Term of the Contract and subject to availability of funds. The anticipated start date is 17 September 2012. (vi) DESCRIPTION: Contractor shall be responsible for preparing, serving, and replenishing beverages. Contractor shall be responsible for cleaning facilities, utensils, and tables, while maintaining cleanliness of beverage making equipment, phones and computers, as well as performing all other required tasks. The Contractor shall coordinate and supervise personnel performing ECC services at Peterson Air Force Base (PAFB) in accordance with the attached PWS. Base Period of Performance: 12 Months CLIN 0001 - Eclipse Cyber Cafe Coordinator Services Option Period One: 12 Months CLIN 1001 - Eclipse Cyber Cafe Coordinator Services Option Period Two: 12 Months CLIN 2001 - Eclipse Cyber Cafe Coordinator Services Option Period Three: 12 Months CLIN 3001 - Eclipse Cyber Cafe Coordinator Services The following provisions and clauses apply to this acquisition: (vii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation. (b) (4) A technical description shall describe the offeror's approach for meeting the technical evaluation factor identified in FAR 52.212-2. Include a staffing plan that identifies the labor category/categories that will be assigned to each PWS task and the qualifications and skills of selected categories. The technical description is limited to 4 pages. (viii) FAR 52.212-2 -- Evaluation -- Commercial Items (a) The Government will award a 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. (B) Technical Capability Factor: Offeror shall correctly propose an effective staffing approach with relevant experience, qualifications, and expertise to successfully fulfill ALL PWS requirements. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) Options. The Government will evaluate offer for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that the offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Apr 2012), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (x) The clause at FAR 52.212-4 (Feb 2012), Contract Terms and Conditions-Commercial Items, applies to the acquisition. (xi) The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Mar 2012)(DEVIATION), applies to this acquisition. (xii) The following additional FAR clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting The Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award (Jun 1988) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 5 years. FAR 52.219-1, Small Business Program Representations (Apr 2012) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2012) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds-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) FAR 52.252-2, Clauses Incorporated by Reference(Feb 1998) FAR 52.252-6, Authorized Deviations in Clauses(Apr 1984) (xiii) The following DFAR clauses are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Jan (2009) DFARS 252.204-7003, Control of Government Personnel Work Product Apr (1992) DFARS 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007) DFARS 252.204-7007, Alternate A, Annual Representations and Certifications (Jul 2012) DFARS 252.204-7008, Export-Controlled Items (Apr 2010) DFARS 252.212-7001, (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) (xiv) The following AFFAR clauses are: AFFARS clause 5352.201-9101 Ombudsman (Apr 2010) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (xv) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xvi) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. If you have any questions, please submit them in writing not later than 4:00 PM, MST Monday 27 August 2012. (xvii) Quotes are due via e-mail not later than 4:00 PM, MST Tuesday 4 September 2012 to Contract Specialist Mario Rodriguez, SrA, 719-556-6127 at mario.rodriguez.13@us.af.mil with a courtesy copy sent to the Contracting Officer Jack Diemer, 719-556-4796 at jack.diemer@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6055/listing.html)
- Place of Performance
- Address: Peterson AFB, Colorado Springs, Colorado, 80903, United States
- Zip Code: 80903
- Zip Code: 80903
- Record
- SN02848125-W 20120823/120821235752-68cab49f7e05704409b90c82fdc2d47b (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 |