SOLICITATION NOTICE
U -- ESG Dental Assistant testing and certification - Performance Work Statement
- Notice Date
- 8/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- FA8052-13-R-0009
- Archive Date
- 10/5/2013
- Point of Contact
- William M. Dunlap, Phone: 2103959548, Alice P. Sanders, Phone: 2103959393
- E-Mail Address
-
william.dunlap.13@us.af.mil, alice.sanders.2@us.af.mil
(william.dunlap.13@us.af.mil, alice.sanders.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Pricing Schedule Performance Work Statement (PWS) dated 19 Jun 2013 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 and attached Performance Work Statement (PWS). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number, FA8052-13-R-0009, ESG Dental Assistant testing and certification. This solicitation is issued as a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-69. The associated NAICS Code is 611710 Educational Support Services, with a size standard of $14.0M.. The Air Force Medical Operations Agency (AFMOA) and The 773rd Enterprise Sourcing Squadron (733 ESS/PKB) Contracting Office intends to negotiate and award a single Sole Source, Firm Fixed Price contract to Dental Assistant National Board, Inc. (DANB). Our research has indicated that DANB is the only entity capable of providing an American Dental Association (ADA) accepted, nationally recognized certification for dental assistants. This requirement will be excluded from full and open competition requirements under the authority of 10 USC 2304(c) (1) as implemented by FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This is a follow on to contract FA7014-08-P-0133 awarded to Dental Assistant National Board, Inc. (DANB). The contractor shall provide national certification for dental assistants that, is recognized and accepted by the American Dental Association (ADA), via an on-line platform. The attached Performance Work Statement (PWS) provides specific details (Attachment 1). All proposals will be evaluated in accordance with FAR 15.101-2 - Lowest Price-Technically Acceptable Source Selection Process. Award may be made without discussions with the Offeror(s); the government reserves the right to have discussions, if required. The Period of Performance for this requirement is a 12 month base year plus four (4), one (1) year options. The contract will consist of CLIN 0001: Base year of 12 months, along with four (4) Option Year CLINs 1001 through 4001. PROVISIONS/CLAUSES: The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this Solicitation. The clause at FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this solicitation. FAR Clause 52.217-8, Option to Extend Services may apply, and FAR Clause 52.217-9, Option to Extend the Terms of the Contract will apply if terms of this contract are extended, FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR Provision 52.212-1, Instructions to Offerors - Commercial Item: Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items Addendum 1. Addendum 1 to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013): Submission of Offers. General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Contracting Officer - Alice P. Sanders at alice.sanders.2@us.af.mil and Contract Administrator - William Dunlap at william.dunlap.12@us.af.mil or Faxed to 210-395-9864. Ensure that the Subject of the e-mail contains the solicitation number, FA8052-13-R-0009. (ii) Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. (iv) Submit offer as follows: DOCUMENT CONTENT FILE FORMAT - The minimum font size for the proposal pages is 12 pitch, either Arial, Times New Roman font, or Courier New. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror's name, address, CAGE code, DUNS number, and Tax Identification Number. Volume I, Technical Capability Proposal Volume II, Pricing Volume I: Technical Capability (Do not exceed 20 pages. This includes the cover page, cover letter, and table of contents). Factor 1. Technical Capability Technical Capability Proposals will be given a rating of Acceptable or Unacceptable. Determination Definition Acceptable- ALL of the minimum acceptable criteria are clearly met by the proposal. The Offeror's Proposal meets the performance and technical capability requirements defined in the PWS. Unacceptable- Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability requirements defined in the PWS. A technically acceptable proposal shall have a sound technical approach that meets all (a) Performance Work Statement (PWS) requirements; (b) Demonstrates technologies used in the approach are viable, procurable and producible; (c) Proposal has an approach that allows the flexibility to incorporate new technologies without a major revamp of the requirement; (d) Has a sound risk mitigation approach for a all identified technical risks; and (e) provides an effective approach to manage and minimize service disruptions. Factor 1. Technical Capability Sub-Factor 1: Qualification Requirements IAW PWS (Do not exceed 20 page. This includes the cover page, cover letter, and table of contents) Proposal shall address the following factors: Ability to provide American Dental Association approved and accepted; National certification of dental assistants for, Infection Control and Radiation Health Safety. Internet/web-based/CDB testing. Factor 2: Price (Do not exceed 5 page. This includes the cover page, cover letter, and table of contents). The price proposal will be evaluated for reasonableness based upon a comparison of the Offeror's price to the Independent Government Cost Estimate (IGCE). When two or more technically acceptable offers are received (competition) and the lowest price is selected, the price of the lowest Offeror can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the Offeror understands what is being asked for and no mistakes have been made in preparing the price. In accordance with FAR 15.403-1(b) and FAR 15.403-3(a), information other than pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If after receipt of the proposals, the Contracting Officer determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit pricing data. All CLINs within Attachment 2, Pricing Schedule will be evaluated for reasonableness. Proposed schedule is provided and is subject to change. The Government will rank all technically acceptable offers by price. Failure to provide prices as stated above may result in the rejection of the proposal as technically unacceptable. All pricing information shall be addressed ONLY in Pricing file format. FAR Provision 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 and the Lowest Price Technical Acceptable Source Selection technique. Evaluation may be made with or without discussions with the Offeror(s). The Government technical evaluation team will evaluate the technical proposals on an acceptable/unacceptable basis, assigning ratings of Acceptable or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made based on the evaluation criteria listed herein and the attached PWS. Only those offers determined to be technically acceptable, either initially or a result of discussions will be considered for an award. The offers shall be evaluated against the following two (2) factors: Factor 1. Technical Capability Factor 2. Price Contractors are required to complete the following clause and submit with proposal: 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations. (DEVIATION 2013-O0010) (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End Provision) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days from the date specified for receipt of offers. Solicitation Questions. Any questions relating to the solicitation and/or the terms and conditions of this synopsis/solicitation shall be submitted in writing by email or fax only to Mr. William Dunlap at william.dunlap.13@us.af.mil/Fax 210-395-9864 and copy to Contracting Officer (CO) noted above NLT 1:00 PM (CST) on Thursday, 5 September 2013. Any questions received after this time/date may or may not be answered due to time constraints of the solicitation (see addendum 1 - submission of offers) Final Proposals, including Technical Capability and Cost/Price proposals, are due NLT 1:00 PM (CST) on Friday, 20 September 2013. Estimated award date is 24 September 2013. Responses to this posting received by 773 ESS/PK after the submittal deadline and time indicated will not be considered. The Offeror assumes the risk of the method of dispatch chosen. Postmarking by the submittal date and time shall not substitute for actual response receipt. (see Addendum 1 to FAR 52.212-1) Also include in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. Firms submitting a proposal subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the proposal as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, http://www.sam.gov.Under no circumstances shall 773 ESS/PK be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages, of whatever nature incurred as a result of the respondent's participation in this posting process. Respondent understands and agrees that it submits its proposal at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in offeror's response. Offeror is responsible for careful review of its entire response to ensure that all information is correct and complete. Offerors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. Attachments are as follows: Attachment 1: Performance Work Statement (PWS) dated 19 June 2013 Attachment 2: Pricing Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f043b9cbc1be3aa7e3c39d44f8e85938)
- Place of Performance
- Address: Web-based, Internet, CBT, Fort Sam Houston, San Antonio, Texas, 78226, United States
- Zip Code: 78226
- Zip Code: 78226
- Record
- SN03166202-W 20130830/130829000318-f043b9cbc1be3aa7e3c39d44f8e85938 (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 |