Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
SOLICITATION NOTICE

U -- Test Administrator Services - Test Administrator Pricing Schedule - Package #2 - Test Administrator Services - Combo/ Synopsis

Notice Date
3/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-15-T-0026
 
Archive Date
4/4/2015
 
Point of Contact
Randalle M.C. Carter, Phone: 907-552-0194, Robert P.K. Faust, Phone: 907-552-0544
 
E-Mail Address
randalle.carter@us.af.mil, robert.faust.7@us.af.mil
(randalle.carter@us.af.mil, robert.faust.7@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Test Administrator Combo/Synopsis Attachment # 3 Wage Determination Attachment # 2 Performance Work Statement Attachment # 1 Pricing Schedule QUOTES ARE DUE 12:00 PM ALASKA STANDARD TIME ON 20 MARCH 15 COMBINED SYNOPSIS/SOLICIATION ' COMBO': Test Administrator Services (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation FA50000-15-T-0026 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, e ffective 26 Dec 2014. The DFARS provisions and clauses are those in effect to DPN 20150129, effective 29 Jan 2015. The AFFARS provisions and clauses are those in effect to AFAC 2014-1001, effective 01 Oct 2014. (iv) This requirement is solicited as a Small-Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 611710 with a small business size standard of $15,000,000.00. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Alaska, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotation, the vendors must follow the instructions contained herein. The quotation must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. All related costs for contractor performance shall be clearly explained and included in their offer for Test Administrator Services. (ix) FAR 52.212-2 Evaluation -- Commercial Items (OCT 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to services IAW PWS. Contractor must also be able to meet minimum qualifications outlined in sections 3 and 4.4. All related costs for contractor performance shall be clearly explained in their offer and included in their price for each test administrator service. (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (DEC 2014), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEC 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) The clause at FAR 52.217-8, Option To Extend Services, is hereby incorporated by full text below: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of Clause) (xiv) The clause at FAR 52.217-9, Option To Extend The Term of The Contract, is hereby incorporated by full text below: 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 not later than 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend not later than 3 0 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 66 months. (End of Clause) (xv): The clause at FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text below: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 15060- Educational Technologist $25.26 (End of Clause) (xvi): The clause at DFARS 252.222-7000, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text below: RESTRICTIONS ON EMPLOYMENT OF PERSONNEL (MAR 2000) (a) The Contractor shall employ, for the purpose of performing that portion of the contract work in Alaska, individuals who are residents thereof and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (b) The Contractor shall insert the substance of this clause, including this paragraph (b), in each subcontract awarded under this contract. (End of clause) (xvii): The clause at AFFARS 5352.242-9000, Contractor Access To Air Force Installations is hereby incorporated by full text below: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance and certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-501 citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Additionally, the following clauses apply to this acquisition: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2013 FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS DEC 2014 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS JUL 2014 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-37 EMPLOYMENT REPORTS ON VETERANS JUL 2014 FAR 52.222-41 SERVICE CONTRACT LABOR STANDARDS MAY 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 FAR 52.233-3 PROTEST AFTER AWARD AUG 1996 FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 FAR 52.246-1 CONTRACTOR INSPECTION REQUIREMENTS APR 1984 FAR 52.246-4 INSPECTION OF SERVICES -- FIXED-PRICE AUG 1996 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS- REPRESENTATION. (DEVIATION 2015-O0010) DFARS 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS. (DEVIATION 2015-O0010) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE SEP 2011 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS FEB 2014 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS JUN 2012 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 AFFARS 5352.201-9101 OMBUDSMAN NOV 2014 AFFARS 5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL NOV 2012 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Quotations shall be submitted to the following personnel no later than noon Alaska Standard Time on 20 March 15: 67 3d Contracting Squadron/LGCC Attn: CPT Randalle Carter, e-mail: randalle.carter@us.af.mil Q uotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to CPT Randalle Carter at randalle.carter@us.af.mil. For information regarding this solicitation, contact CPT Carter via e-mail or call at (907)552-0194. Questions received for this requirement must be submitted no later than noon Alaska Standard Time on 17 March 15. List of Attachments: •· Attachment 1: Pricing Schedule •· Attachment 2: Statement of Work •· Attachment 3: Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-15-T-0026/listing.html)
 
Place of Performance
Address: 673D Contracting Squadron, 10480 Sijan Avenue, Joint Base Elmendorf-Richardson, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03662630-W 20150312/150310234859-bf1631a03b4448a10803bdd8dd17bdb8 (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.