SOLICITATION NOTICE
G -- DMAFB Roman Catholic Priest Services - 52.212-1 Pricing Worksheet - DM Local Information - PWS
- Notice Date
- 2/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-16-Q-0147
- Archive Date
- 3/17/2016
- Point of Contact
- Geoffrey Janavaris, Phone: 5202285478, Angel N. Hill, Phone: 520-228-0041
- E-Mail Address
-
geoffrey.janavaris@us.af.mil, angel.hill@us.af.mil
(geoffrey.janavaris@us.af.mil, angel.hill@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Roman Catholic Priest Performance Work Statement (PWS) DM Local Information Reference Required pricing worksheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-16-Q-0147 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-86, Defense Circular Number 20151230, and Air Force Acquisition Circular 2015-1001. The Associated North American Industrial Classification Standard (NAICS) code for this request is 813110 with a size standard of $7.5M. The results of this requirement will be a firm fixed priced (FFP) contract plus four (4) Options with a Small Business Set-Aside. The resulting contract will consist of a base period and four (4) option periods; with a six (6) month extension period, if required. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. IAW the PWS, the contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001 Roman Catholic Priest (1 Apr 2016 - 31 Mar 2017) Qty: 12 Months FOB Destination - DMAFB Base Chapel CLIN 1001 Roman Catholic Priest (1 Apr 2017 - 31 Mar 2018) Qty: 12 Months FOB Destination - DMAFB Base Chapel CLIN 2001 Roman Catholic Priest (1 Apr 2018 - 31 Mar 2019) Qty: 12 Months FOB Destination - DMAFB Base Chapel CLIN 3001 Roman Catholic Priest (1 Apr 2019 - 31 Mar 2020) Qty: 12 Months FOB Destination - DMAFB Base Chapel CLIN 4001 Roman Catholic Priest (1 Apr 2020 - 31 Mar 2021) Qty: 12 Months FOB Destination - DMAFB Base Chapel CLIN 5001 Roman Catholic Priest (1 Apr 2021 - 30 Sep 2021) Qty: 6 Months Extension IAW 52.217-8 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/these address (es): http://farsite.hill.af.mil 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/these address (es): http://farsite.hill.af.mil 52.202-1 - Definitions 52.203-3 - Gratuities 52.247-34 -- F.o.b. - Destination - 355 FW/HC Base Chapel 52.203-11 -- Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 -- Personal Identity Verification of Contractor Personnel 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-7 - Information Regarding Responsibility Matters (Jul 2013) 52.212-1, Instructions to Offeror -- Commercial ADDENDUM 1 TO FAR 52.212-1 ADDENDUM 1 to FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS •1) In addition to requirement of 52.212-1(b)(4) the offeror shall submit the following additional technical information: •a) Offer must meet minimum requirements as stated in the Performance Work Statement (PWS). Provide a capability statement of the offered services which will meet or exceed the minimum specifications as prescribed within the PWS. •b) Offeror must provide written documentation stating that he has the approval of his Diocesan Bishop or religious superior to provide services as a priest. •c) Offeror must also provide written documentation of Ecclesiastical Endorsement from the Archdiocese for the Military Services (AMS), USA (http://www.milarch.org/). •2) In accordance with the requirement of 52.212-1-(b)(6) price and any discount terms. (a) The proposal(s) must be submitted for a base year and four (4) option years and the six-month extension. All Position Description Pricing shall be completed on the 52.212-1 Pricing Worksheet (attachment labeled '52.212-1 Pricing Worksheet') in its entirety for consideration for award. 3) Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. (End of provision) 52.212-2, Evaluation -- Commercial Items. Evaluation -- Commercial Items (Oct 2014) (a) 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: • i. Price Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) •(a) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to offer the lowest price technically acceptable to the Government. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and the offeror's ability to meet the specification CLINS requirements and PWS in of this combined synopsis/solicitation. •(b) Options. To Determine price fair and reasonable, the Government will evaluate offers under FAR Part 12.209 in accordance with FAR 13.106-3, 14.408-2, or Subpart 15.4 as applicable. All elements of the price proposal required in FAR Provision 52.212-1 will be evaluated. Price reasonableness will be determined based on the offeror's total overall price. The total overall price consists of the offeror's base price and all price options (four option years and six month extension). IAW FAR Clause 52.217-8, the six month extension shall be priced by the offeror using the rates proposed for the last option period (option period 4). This calculation will be used in the evaluation of the total overall price. If the extension is exercised, the price for the current option period will be pro-rated IAW FAR Clause 52.217-8 at the rates specified for the option period. •(c) 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. (End of provision) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items Alternate I of 52.212-3 52.212-4, Contract Terms and Conditions -- Commercial Items 52.217-8, Option to Extend Services 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 30 days. (End of Clause) 52.217-9, Option to Extend the Term of the Contract 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 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 5 years and 6 months. (End of Clause) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial 52.203-6 -- Restrictions on Subcontractor Sales to the Government 52.203-6 -- Alternate I (Oct 1995) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-1 -- Small Business Program Representations (Oct 2014) 52.219-1 -- Alternate I (May 2014) 52.219-6, Notice of Total Small Business Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-50, Combating Trafficking in Persons 52.232-18, Availability of Funds 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-41, Service Contract Labor Standard 52.222-42, Statement of Equivalent Rates for Federal Hires Part Time Roman Catholic Priest - GS-06 $35,526 per year / $16.89 per hour 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel 5352.201-9101 Ombudsman (AUG 2005) - AFICA/KPC (OL-ACC) ombudsman, Mr. Christopher S. Williams, OL KC AFICA 129 Andrews Street, Suite 102, Joint Base Langley-Eustis VA 23665-2769, Phone: (757) 764-6512, Fax: (757) 764-4400, email: christopher.williams.196@us.af.mil. Department Of Labor Wage Determination WAGE DETERMINATION IAW Title 29 C.F.R Part 4, Section 4.6(d), the contractor is required to pay no less than the Federal minimum wage. Local Information: DM006, Individual Access to DM with a Criminal Background; DM010, Illegal Immigrants; DM017, Davis Monthan AFB Marijuana Policy apply to this (see attached), DM019, Contractor Manpower Reporting DM011 - Contracting Officer Notification of Federal Funding Accountability and Transparency Act Subaward Reporting System (FSRS) As of March 1, 2011, upon the Federal Acquisition Regulation Clause 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards being included in contracts, prime contractors are required to report all newly awarded subcontracts valued at $25,000 or more where the prime contract amount is valued at $25,000 or more. The prime contractor is required to report 1) First-tier subcontract awards valued at $25,000 and 2) the names and total compensation of each of the five most highly compensated executives for both the prime and their first tier subcontractors. The FSRS website can be found at www.FSRS.gov. The Contracting Officer is responsible to "review" the information priovided in FSRS. The prime contractor shall notify the Contracting Officer after submission of the report via email at Jonathan.Hollis@us.af.mil. Any questions pertaining to this acquisition shall be asked no later than Friday, 12 February 2015, 10:00 AM, Local Arizona Time. Questions shall be sent to SSgt Geoffrey Janavaris via email at Geoffrey.Janavaris@us.af.mil and SrA Angel Hill via email at Angel.Hill@us.af.mil. It is the responsibility of the offeror to view the website for any changes or amendments to this RFP. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via email by Wednesday, 2 March 2016, 10:00 AM, Local Arizona Time. Points of Contact are: SSgt Geoffrey Janavaris at email geoffrey.janavaris@us.af.mil, phone: (520) 228-5478 and SrA Angel Hill via email at Angel.Hill@us.af.mil, phone: (520) 228-2214.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-16-Q-0147/listing.html)
- Place of Performance
- Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN04006290-W 20160203/160201234418-34932a50a5db68087d62a3217f5f4400 (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 |