SOLICITATION NOTICE
U -- Candidate Development Support Services (CDSS) - Attachment 6 - Attachment 2 - Attachment 1 - Attachment 4 - Attachment 5 - Attachment 3
- Notice Date
- 8/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-15-R-0026
- Point of Contact
- Sheldon Washington, , Antoinette Davis,
- E-Mail Address
-
sheldon.washington.2@us.af.mil, antoinette.davis.1@us.af.mil
(sheldon.washington.2@us.af.mil, antoinette.davis.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3 - FAR 52.212-2 (Addendum) Attachment 5 - Past Performance Information Sheet Attachment 4 - Price Proposal Spreadsheet Attachment 1 - Performance Work Statement (PWS) Attachment 2 - FAR 52.212-1 (Addendum) Attachment 6 - Past Performance Questionnaire (PPQ) Contracting Office Address Department of the Air Force, 338th Specialized Contracting Squadron, 2021 First Street West, JBSA-Randolph TX, 78150-4302 Description Candidate Development Support Services (CDSS) Support for the assessment and development of Special Operations/Combat Support-type talent to successfully complete their career field's initial skills developmental courses. Key to the assessment and development of candidates is successful completion of the Physical Ability and Stamina Test (PAST) as described in the basic Performance Work Statement (PWS) (see Attachment 1). A Firm Fixed Priced Award will be in accordance with the following: (i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. (ii) This solicitation, number FA3002-15-R-0026, is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-83. (iv) In accordance with FAR Part 19.502-2, Total Small Business Set-aside Procedures, this procurement is set aside for Small Businesses. The NAICS Code is 621999; size standard is $15 Million. (v) See Attachment 4, Price Proposal Spreadsheet, for list of contract line item numbers (CLINs), items, quantities, and units of measure. (vi) DESCRIPTION OF SUPPLIES/SERVICES See Attachment 1, basic PWS dated 20 Jul 15. (vii) The anticipated award is for 12-month base period only. Place of Delivery will be JBSA Lackland, TX and all other AETC Recruiting Squadron Headquarters locations. Acceptance (FOB: Destination) will be conducted by 2AF/MS. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. See Attachment 2 for additional Instructions to Offerors. 52.212-1 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers. (ix) In accordance with FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) See Attachment 3 for Evaluation Criteria. (a) The Government will award a contract to the Technically Acceptable offeror with the lowest reasonable total evaluated price and acceptable past performance. The evaluation criteria are divided into three factors: (1) Technical Capability (2) Price (3) Past Performance The firm fixed price shall include any volume or spot discounts. Since the Government intends to award a contract without discussions with respective offerors, you are encouraged to offer your most advantageous pricing in the initial response. (x) In accordance with FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Mar 2015), Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://orca.bpn.gov. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. Addenda to the clause: 52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Dec 2009) (Deviation), applies to this acquisition. (xiii) The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The contract will include FAR Clause 52.217-8, Option to Extend Services, with the potential to extend the contract an additional 6 months beyond the awarded contract performance period. In the event the Government requires continued performance, the Government's evaluation of prices proposed for the base and all option periods will suffice to be the Government's evaluation of prices under the extension of services. Should an extension of services be required, rates will be adjusted only as result of revisions to applicable prevailing Department of Labor wage rates. (xiii) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 28.306(a)(1)(2)(3) Required Insurance. The Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Indemnification and General Liability Insurance. The Contractor will indemnify, hold harmless, and defend the U.S. Government from and against any and all claims, demands, or suits including attorney's fees, arising out of, claimed on account of, or in any manner predicted upon the loss of or damage to property of, or injuries or death of any and all persons which was in any manner caused by or attributed to this contract whether caused by the acts or omissions of the Contractor, their agents, employees, sub-contractors or third person. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per occurrence/aggregate: $1,000,000.00/$4,000,000.00. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the insurance policy. c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. d. An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the liability insurance required by paragraphs (a, b, and c) of this clause. The Contractor shall insert the substance of this clause in all subcontracts under this contract and shall require such subcontractors to provide evidence of and maintain insurance in accordance with this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. e. The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text): 52.203-3, Gratuities (Apr 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6, Alt I; (Oct 1995) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-7, System for Award Management (Jul 2013); 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-28, Post-Award Small Business Program Representation (Jul 2013); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-35, Equal Opportunity for Veterans (Jul 2014); 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Jul 2014); 52.222-49, Service Contract Labor Standards - Place of Performance Unknown (May 2014); 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.224-1, Privacy Act Notification (Apr 1984); 52.224-2, Privacy Act (Apr 1984); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.233-1, Disputes (May 2014); 52.233-2, Service of Protest (Sep 2006); 52.233-3, Protest After Award (Aug. 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.245-1, Government Property (Apr 2012); 52.245-9, Use and Charges (Apr 2012); 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation to Former DoD Officials. (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7000, Disclosure of Information (Aug 2013); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2014); 252.211-7007, Reporting of Government-Furnished Property (Aug 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7007, Limitation of Government's Obligation (Apr 2014) 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002, Reporting Loss of Government Property (Apr 2012); 252.245-7003, Contractor Property Management System Administration (Apr 2012); 252.245-7004, Reporting, Reutilization, and Disposal (Mar 2015); 5352.201-9101, Ombudsman (Apr 2014); 5352.223-9001, Health and Safety on Government Installations (Nov 2012); 5352.242-9000, Contractor access to Air Force installations. (Nov 2012); 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (Nov 2012) (xiv) Interested parties capable of providing the above must submit a written proposal (see all Attachments) to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management database, NO EXCEPTIONS. To register, visit http://www.sam.gov. Deadlines: NLT 2:00 PM CST, 31 Aug 15 - Past Performance Information Sheets shall be received via e-mail to both contacts in para (xv) below. NLT 2:00 PM CST, 04 Sep 15 - Questions in response to this notice shall be received via e-mail to both contacts in para (xv) below. NLT 2:00 PM CST, 14 Sep 15 - Past Performance Questionnaires shall be received via e-mail to both contacts in para (xv) below. NLT 2:00 PM CST, 14 Sep 15 - General, Technical and Price proposal volumes shall be received via mail or hand delivery. No electronic submissions of General, Technical, or Price proposal information will be accepted. It is the offeror's responsibility to confirm receipt of all submissions. Visitor Pass - Hand Carried Proposals Offerors are cautioned JBSA-Randolph has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass to gain entrance. Individuals will be required to provide a current driver's license and proof of insurance. Some delay should be anticipated when hand carrying proposals. NOTE: United States mail to U.S. facilities is processed prior to delivery and therefore your packages may be delayed. It is highly recommended that Offerors submit their proposals by Overnight Express or other express service to insure receipt of offers by proposal due date. Do allow time for security checking of all packages. Offeror is advised to notify both the Contracting Officer and Specialist via e-mail when a proposal is submitted and/or when planning to hand carry a proposal. (xv) Points of Contact: Antoinette Davis, Contract Specialist, Phone 210-652-9197 Email: antoinette.davis.1@us.af.mil Sheldon Washington, Contracting Officer, Phone: 210-652-7873 Email: sheldon.washington.2@us.af.mil. Mailing/Physical Address: TO BE OPENED BY ADDRESSEE ONLY 338 SCONS/PKD Attn: Antoinette Davis/Sheldon T. Washington 2021 First Street West, Bldg 853 JBSA-RANDOLPH TX 78150-4302 Place of Performance: JBSA-Lackland TX and all other AETC Recruiting Squadron Headquarters locations. Attachments: 1) PWS 2) FAR 52.212-1 (Addendum) 3) FAR 52.212-2 (Addendum) 4) Price Proposal Spreadsheet 5) Past Performance Information Sheet 6) Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e0803169d685a74d512cb824deb26d6)
- Record
- SN03839047-W 20150816/150814234817-8e0803169d685a74d512cb824deb26d6 (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 |