SOLICITATION NOTICE
G -- Catholic Youth Director - combo attachments
- Notice Date
- 1/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA462518Q0015
- Archive Date
- 8/15/2018
- Point of Contact
- Kyle A Jones, Phone: 6606875461, Eric J. Wienke, Phone: 6606875488
- E-Mail Address
-
509cons.sollgcb@us.af.mil, 509cons.sollgca@whiteman.af.mil
(509cons.sollgcb@us.af.mil, 509cons.sollgca@whiteman.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Pricing Document/RFQ Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12, 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. Solicitation # FA4625-18-Q-0015 is being issued as a Request for Quote (RFQ). This procurement is a total small business set-aside. The applicable North American Industry Classification System (NAICS) Code is 813110. The Small Business Size Standard is $7.5 M. Paper copies of the RFQ will not be made available. Quotes can be e-mailed to the following e-mail address: 509cons.sollgcb@us.af.mil or by FAX to (660) 687-7083 to the attention of SSgt Kyle Jones. Emailed quotes using file compression, such as.zip, will not be accepted. NOTE: Quotes must be received by 2:00 P.M. Central on 15 February 2018 in order to be considered for award; late quotes will not be considered for award. Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency. Evaluation for this acquisition is listed under the addendum to provision 52.212-2, Evaluation - Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Defense Acquisition Circular 20171228 and Air Force Acquisition Circular 2017-1003. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.204-7 System for Award Management Registration 52.204-13 System for Award Management (SAM) Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-5 Evaluation of Options 52.232-18, Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 252.203-7000 Representation Relating to Compensation of Former DoD officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.232-7007 Limitation of Government's Obligation 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offerors Representations and Certifications - Commercial Items, Alternate I 52.212-5 Contract terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-41, Service Contract Act 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225 13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.225-18 Place of Manufacture 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7011 Alternative Line Item Structure 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Instructions 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman Clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Wide Area Work Flow Invoicing Instructions (see clause 252.232-7006 listed above) will be incorporated in the contract document at the time of award. ADDENDA TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS NOTE: All quotation preparation cost will be the sole responsibility of the offeror. The Government will not reimburse any firm for their quotation preparation cost. A. FAR 52.212-1(b) (8), is changed to read: (8) A completed copy of the representations and certifications at FAR 52.212-3 and DFARS 252.212-7000. C. FAR 52.212-1(c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. D. To assure timely and equitable evaluation of quotations, offeror's must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) parts; Part I - Price Quotation, and Part II - Technical. E. SPECIFIC INSTRUCTIONS: 1. PART I - PRICE QUOTATION: a. Complete Attachment #2, Schedule & Acknowledgement. An authorized company representative must sign the form and acknowledge any/all amendments to the solicitation. Pricing must be specified for each year of service. b. Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the quotation, or identified in some manner if completed within firm's System for Award (SAM) record. c. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 2. PART II - TECHNICAL: The following information must be included with an Offeror's quotation: a. A resume for the proposed individual, the resume must cover the required experience listed in section 3 of the PWS (attachment 1) for the applicant to be eligible for award. Technical acceptability will include, but is not limited to, the following: Must be 21 years of age, must be practicing Catholic in accordance with (IAW) Archdiocese for the Military Services, Priest's Manual 3.4.1, must have experience with youth ministry. (End of Addendum) (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) A. The following factors shall be used to evaluate offers: (1) PRICE (2) TECHNICAL B. Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). In the event the Government extends services under the authority of FAR 52.217-8, "Option to Extend Services", unit pricing for the last option period exercised preceding the extension shall remain in effect. These prices are already determined to have been evaluated at time of contract award. Addendum to FAR 52.212-2: BASIS FOR CONTRACT AWARD: Award will be made to the lowest priced quotation which meets the education and experience requirements in accordance with the PWS (attachment 1), dated 23 Jan 2018, under Section 3. A. Evaluation Process: 1. Initially, offers shall be ranked according to price, including option prices. 2. Next, the lowest price offeror's technical quotations will be evaluated on an acceptable/unacceptable basis. If determined to meet the minimum level of acceptability, the source selection process will stop and award will be made to that vendor. If the lowest priced offer does not meet the minimum level of acceptability, the process will continue until the next lowest priced offer meeting the level of acceptability is met, or all offers are eliminated. B. Evaluation Criteria: 1. PRICE: For award purposes, the Government will evaluate the total prices in Attachment #2, Schedule & Acknowledgements for the Base and Option Periods of this solicitation. The total price for Attachment #2, Schedule & Acknowledgements is the sum of the extended unit prices for all items listed in the attachment. The total price of the Base or Option Period is the sum of the extended unit prices within the applicable period. The extended amounts for the base period, all option periods, and Attachment #2, Schedule & Acknowledgements, will be added together for a total contract price and will be used for the ranking of offeror's. Unit prices shall prevail in the event the extended price is calculated incorrectly. The Government may determine an offer unacceptable if the proposed prices are materially unbalanced, which is defined as significantly understated or overstated in relation to the actual cost of the item or when the price is determined not to be fair and reasonable. Proposed prices will become fixed prices on the contract. In the event the Government extends services under the authority of FAR 52.217-8, "Option to Extend Services", unit pricing for the last option period exercised preceding the extension shall remain in effect. These prices are already determined to have been evaluated at time of contract award. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offeror's may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. 2. TECHNICAL: The Government will evaluate all data provided by an Offeror in accordance with addendum to solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. The following information must be included with an Offeror's quotation in order to be deemed responsive: a. A resume of the proposed individual must be submitted at the time of quotation. b. The minimum level of acceptability is met when the resume shows education and experience requirements are satisfied in accordance with Section 3 of the PWS (attachment 1), dated 23 Jan 2018. The government intends to award a contract without discussions with respective offeror's. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of Addendum) (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/69af6b3ecb08eb1db1c5af2e77190422)
- Place of Performance
- Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04796577-W 20180125/180123231011-69af6b3ecb08eb1db1c5af2e77190422 (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 |