SOLICITATION NOTICE
U -- Combatives Training - Tax Liability Form - SOW
- Notice Date
- 8/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- 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
- F2VUCC5225A002
- Archive Date
- 9/18/2015
- Point of Contact
- Bryan T. Russell,
- E-Mail Address
-
bryan.russell.2@us.af.mil
(bryan.russell.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Tax Liability Form This is a combined synopsis/solicitation for a commercial supply and/or service 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 is F2VUCC5225A002. This acquisition is a 100 % small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT (BRAND NAME or EQUAL): Items to be procured are shown below (PLEASE BID ON ALL ITEMS OR NONE.): CLIN 0001 - Hand-to-hand Combatives Training. SOCOM training and instruction in hand-to-hand combatives IAW the Statement of Work (SOW) (Attachment 2). Consists of two (2) hour sessions per week over 48 weeks (1100-1300 - Monday, Wednesday and Friday) PoP 20 September 2015 - 19 September 2016 - 144 Each CLIN 0002 - Modern Army Combatives Certification Program. Modern Army Combatives - Level I and II. Each class will be a four (4) hour session to be conducted approximately in March 2016 and August 2016. PoP 20 September 2015 - 19 September 2016 - 2 Each CLIN 0003 - Pre-Deployment Combatives Program. Each class will be a two (2) hour session to be conducted approximately in January 2016 and May 2016. PoP 20 September 2015 - 19 September 2016 - 2 Each CLIN 1001 - Hand-to-hand Combatives Training. SOCOM training and instruction in hand-to-hand combatives IAW the Statement of Work (SOW) (Attachment 2). Consists of two (2) hour sessions per week over 48 weeks (1100-1300 - Monday, Wednesday and Friday) PoP 20 September 2016 - 19 September 2017 - 144 Each CLIN 1002 - Modern Army Combatives Certification Program. Modern Army Combatives - Level I and II. Each class will be a four (4) hour session to be conducted approximately in March 2017 and August 2017. PoP 20 September 2016 - 19 September 2017 - 2 Each CLIN 1003 - Pre-Deployment Combatives Program- Each class will be a two (2) hour session to be conducted approximately in January 2017 and May 2017. PoP 20 September 2016 - 19 September 2017 - 2 Each CLIN 2001 - Hand-to-hand Combatives Training. SOCOM training and instruction in hand-to-hand combatives IAW the Statement of Work (SOW) (Attachment 2). Consists of two (2) hour sessions per week over 48 weeks (1100-1300 - Monday, Wednesday and Friday) PoP 20 September 2017 - 19 September 2018 - 144 Each CLIN 2002 - Modern Army Combatives Certification Program. Modern Army Combatives - Level I and II. Each class will be a four (4) hour session to be conducted approximately in March 2018 and August 2018. PoP 20 September 2017 - 19 September 2018 - 2 Each CLIN 2003 - Pre-Deployment Combatives Program- Each class will be a two (2) hour session to be conducted approximately in January 2018 and May 2018. PoP 20 September 2017 - 19 September 2018 - 2 Each CLIN 3001 - Hand-to-hand Combatives Training. SOCOM training and instruction in hand-to-hand combatives IAW the Statement of Work (SOW) (Attachment 2). Consists of two (2) hour sessions per week over 48 weeks (1100-1300 - Monday, Wednesday and Friday) PoP 20 September 2018 - 19 September 2019 - 144 Each CLIN 3002 - Modern Army Combatives Certification Program. Modern Army Combatives - Level I and II. Each class will be a four (4) hour session to be conducted approximately in March 2019 and August 2019. PoP 20 September 2018 - 19 September 2019 - 2 Each CLIN 3003 - Pre-Deployment Combatives Program- Each class will be a two (2) hour session to be conducted approximately in January 2019 and May 2019. PoP 20 September 2018 - 19 September 2019 - 2 Each CLIN 4001 - Hand-to-hand Combatives Training. SOCOM training and instruction in hand-to-hand combatives IAW the Statement of Work (SOW) (Attachment 2). Consists of two (2) hour sessions per week over 48 weeks (1100-1300 - Monday, Wednesday and Friday) PoP 20 September 2019 - 19 September 2020 - 144 Each CLIN 4002 - Modern Army Combatives Certification Program. Modern Army Combatives - Level I and II. Each class will be a four (4) hour session to be conducted approximately in March 2020 and August 2020. PoP 20 September 2019 - 19 September 2020 - 2 Each CLIN 4003 - Pre-Deployment Combatives Program- Each class will be a two (2) hour session to be conducted approximately in January 2020 and May 2020. PoP 20 September 2019 - 19 September 2020 - 2 Each This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) technique to make a best value award decision. The lowest price will win the award, if the quote being submitted meets the requirements listed in the SOW (Attachment 2), paragraph 2.0. Offeror must provide proof of qualifications and certificates with their quote. Please read, fill out, and return Delinquent Tax Liability Form attachment 1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015, DFAR DPN 20150626 effective 26 Jun 2015, and AFFARS AFAC 2015-0406 effective 06 Apr 2015. The North American Industry Classification System code (NAICS) is 713940, Fitness and Recreational Sports Centers and the Standard Industrial Classification (SIC) is 7991, Physical Fitness Facilities. 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 price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: Equipment is procured on behalf of HQ USSOCOM SOCS-CDR, DCDR, SEA, POLAD, CS, 7701 Tampa Pointe Blvd. (BLDG 501/2127), MacDill AFB, 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.af.mil/contracting): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontactors; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); 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 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following FAR Clause applies to this solicitation and is incorporated by full text: FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 60 months. (End of Clause) FAR 52.217-5 - Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) AFFARS 5352.223-9001 - HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352.242-9000 - 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 certificate, and 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 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) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Thursday, 3 September 2015, by 2:00 P.M. EST. Submit offers or questions to the attention of SSgt Bryan Russell, 6 CONS/ LGCB, by email to bryan.russell.2@us.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUCC5225A002/listing.html)
- Place of Performance
- Address: 2610 Pink Flamingo Ave, Tampa, Florida, 33616, United States
- Zip Code: 33616
- Zip Code: 33616
- Record
- SN03860231-W 20150829/150828000756-12a1f6b3f84812a974b65914645a0768 (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 |