Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

R -- Volunteer Resource Program Manager - Attachments

Notice Date
10/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2V3102172A001
 
Point of Contact
Matthew R. Mulhall,
 
E-Mail Address
matthew.mulhall@us.af.mil
(matthew.mulhall@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - Volunteer Resource Program Manager Pricing Schedule Attachment 2 - Wage Determination Attachment 1 - Statement of Work for Volunteer Resource Program Manager This is a combined synopsis/solicitation for commercial services 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 is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V3102172A001. This acquisition is 100% set aside for Economically Disadvantaged Women Owned Small Business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: The contractor shall provide a qualified person to act as the Volunteer Resource Program Manager at the Airman and Family Readiness Center (A&FRC) at Macdill AFB, Tampa, FL. DESCRIPTION OF REQUIREMENT: The contractor shall provide Volunteer Resource Program Manager service for: The 6th Force Support Squadron in accordance with SOW, attachment 1 (CLINs 0001, 1001, 2001, and 3001) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 28 May 2012, DFAR DPN 20120629, and AFFAR AFAC 2012-0330. The North American Industry Classification System code (NAICS) is 561110, with a Small Business Size Standard of $7 million. This requirement is being solicited as 100% Economically Disadvantaged Women Owned Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest priced offer that is determined to be technically acceptable. DELIVERY ADDRESS: MacDill AFB (Tampa), FL 33621 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting) ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS: (A) To assume timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Proposal/Schedule, Specific Instructions are as follows: (1) PART I - PRICE PROPOSAL - Submit original. (a) Complete the attached Pricing Schedule (Attachment 3). The provisions FAR 52.212-3 shall be returned along with the proposal. (2) PART 2 - TECHNICAL PROPOSAL - The contractor must provide a resume showing they are capable of meeting the requirements in the attached Statement of Work (SOW). Please limit pages to 1-2. The Government reserves the right to interview the appliant before award. Technical evaluation will be conducted on a acceptable/unacceptable basis using the ratings described in table A-1. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. In accordance with 52.212-2, Evaluation-Commercial Items. Addendum to 52.212-2, Evaluation-Commercial Items; 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. The following factors shall be used to evaluate offers: Price and Technical. After receipt of proposals, the proposals will be ranked by price before the Government assesses technical capability. Offers will be evaluated based on total price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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 option(s). If the lowest priced offer is determined to be acceptable for Technical, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be technically acceptable, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for technical, or until all offerors are evaluated. 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 following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), FAR 52.232-18 -- Availability of Funds, FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration, FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated by reference: FAR 52.204-99, System For Award Management Registration; FAR 52.212-1, Instruction to Offerors--Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination; 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business Concerns. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: 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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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); 5352.242-9000, Contractor Access to AF Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number and email address, if you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on Monday, 5 November 2012 by 9:00AM EST. Any questions regarding this solicitation must be submitted not later than Monday, 15 October 2012. Submit offers or any questions to the attention of Matthew Mulhall, SrA, 6CONS/LGCA, by email to matthew.mulhall@us.af.mil. List of Attachments: 1. SOW for Airman & Family Readiness Center, dated 28 September 2012, (29 Pages) 2. Wage Determination 3. Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3102172A001/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02907933-W 20121005/121003234846-65fb48668dabca5c8b7d97d71c990959 (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.