SOLICITATION NOTICE
U -- Distance Learning Administrator - PWS - Wage Determination
- Notice Date
- 9/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5109, United States
- ZIP Code
- 88103-5109
- Solicitation Number
- FA4855-18-R-0048
- Archive Date
- 10/12/2018
- Point of Contact
- Jamius R. Virgil, Phone: 5757846349, Dawn M. Armant, Phone: 575-784-6866
- E-Mail Address
-
jamius.virgil@us.af.mil, dawn.armant@us.af.mil
(jamius.virgil@us.af.mil, dawn.armant@us.af.mil)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- Prevailing Wage Determination 2015-5457 Rev-8 Performance Work Statement for Distance Learning Administrator Services Solicitation FA4855-18-R-0048 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 and Defense Federal Acquisition Regulation Publication Notice 20180824. 3) The standard industrial classification code is U002, NAICS is 611710, and Small Business Size Standard for this NAICS code is $15.0 million. This acquisition has been set-aside for Economically Disadvantaged Woman-Owned Small Businesses only. 4) Description & Price Schedule: a) CLIN 0001 - Distance Learning Administrator Period of Performance: 1 October 2018 - 30 September 2019 IAW with the attached Performance Work Statement Unit of Issue: Hrs Quantity: 1040 hrs Unit Price: ______ Total Price: _________ b) CLIN 1001 - Distance Learning Administrator Period of Performance: 1 October 2019 - 30 September 2020 IAW with the attached Performance Work Statement Unit of Issue: Hrs Quantity: 1040 hrs Unit Price: ______ Total Price: _________ c) CLIN 2001 - Distance Learning Administrator Period of Performance: 1 October 2020 - 30 September 2021 IAW with the attached Performance Work Statement Unit of Issue: Hrs Quantity: 1040 hrs Unit Price: ______ Total Price: _________ d) CLIN 3001 - Distance Learning Administrator Period of Performance: 1 October 2021 - 30 September 2022 IAW with the attached Performance Work Statement Unit of Issue: Hrs Quantity: 1040 hrs Unit Price: ______ Total Price: _________ e) CLIN 4001 - Distance Learning Administrator Period of Performance: 1 October 2022 - 30 September 2023 IAW with the attached Performance Work Statement Unit of Issue: Hrs Quantity: 1040 hrs Unit Price: ______ Total Price: _________ TOTAL PRICE: _______________________ Contractor Signature ______________________________ Payment Terms _______________ Performance Date ____________________ Company Name_________________________________________________ DUNS No.:_______________ CAGE Code: _______________ POC: ___________________ Telephone No.: _____________________ Email: ______________________ Tax ID No.: ________________________ 5) The location of contract performance will be: 27 SOFSS/BTES 110 E. Alison Ave Building 600 Cannon AFB, NM 88103 POC: Ms. Marie Law The following provisions applies to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) (ADDENDUM) A. To ensure timely and equitable evaluation of the offers, the offeror must follow the instructions contained herein. The offers must be complete, self-sufficient, and respond directly to the requirements of this RFQ. B. 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 data will be requested. 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 data other than certified cost and pricing data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following: 1. Requirements of the RFQ (CLINs), Performance Work Statement (PWS), and Government standards and regulations pertaining to the PWS. 2. Instructions and the evaluation factors for award as stated. 3. All documents shall be submitted electronically. DETAILED INSTRUCTIONS: The offer shall consist of two (2) separate parts; Part I - Technical Capability Part II - Price PART I - TECHNICAL CAPABILITY- Limited to no more than five (5) pages. Submit one (1) original copy AND one (1) redacted copy. Factor 1 - Technical. The offeror shall submit a written approach that demonstrates a clear understanding of the overall contract requirements. Furthermore, the offeror shall specifically answer the following in its submittal: Subfactor A - Personnel Management Plan/Strategy. The offeror shall describe in detail the procedures to be taken to perform the duties outlined in the PWS. This information shall include the work schedule proposed for completing these duties. The offeror shall describe in detail the procedures taken to ensure personnel scheduling does not conflict with requirements as outlined in the PWS. This description shall include personnel replacement or coverage due to personal leave, sick leave, maternity leave, convalescent leave, and bereavement. Subfactor B - Employee Qualifications. The offeror shall provide a resume for the hired individual(s) to perform under the proposed contract; not more than two (2) pages, demonstrating the qualifications as referenced in accordance with the PWS. This resume will include professional certifications, adequate training or demonstrated knowledge, accredited University/College education, and experience. As an attachment to this resume, the contractor shall provide certificates, diplomas, transcripts, and/or proof of completion citing the accreditation for the qualifications mentioned in the provided resume. Note: Technical rating is either "acceptable" or "unacceptable". If any element of Subfactor A or B is "unacceptable" all of Technical is unacceptable. Only those offers whose technical capability is rated "acceptable" will be considered. Offerors are cautioned that "parroting" of the Performance Work Statement (PWS) with a statement of intent to perform does not reflect an understanding of the requirement or indicate the ability to perform any task in the PWS and will be rated as "Unacceptable." Note: Redacted copies shall be submitted in the same manner as original copies. Information to be redacted shall include all references to the offeror's company, i.e. company names/ key personnel names and company logos/symbols. PART II - PRICE SCHEDULE - Submit one (1) original copy. (a) Insert proposed unit and extended prices on the Schedule for each Contract Line Item Number (CLIN), including all option periods. The extended amount must equal the whole dollar unit price multiplied by the number of units. The offer must be submitted for a base year plus four (4) option years. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period and all option periods, including the option at FAR 52.217-8. Offerors are required only to price the base year and option periods. The Government will correct any apparent mathematical miscalculations, such as extended amount not equal to unit price multiplied by number of units, to determine the total evaluated price. (b) Complete the necessary fill-ins and certifications in provisions incorporated into the RFQ by full text and return along with the offer. Formatting - Format Offer Parts I & II as follows: (a) The offer will be 8 1/2" x 11" except for attachments such as charts, tables, or diagrams. (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 12 pitch. (d) Elaborate formats, bindings or color presentations are not required. (e) Microsoft Word or Adobe PDF format is acceptable. QUESTIONS Contractors shall submit all questions in writing via email to TSgt Jamius Virgil at jamius.virgil@us.af.mil and Dawn Armant at dawn.armant@us.af.mil no later than 24 September 2018. Questions will be recorded and all questions and answers will be posted on FBO.gov no later than 25 September 2018 at 2:00 pm Mountain Daylight Savings Time. SUBMISSION OF OFFERS: Offers shall be signed by an authorized company official and be received no later than the due date listed below. Electronic submissions shall be e-mailed to Dawn Armant at dawn.armant@us.af.mil and Jamius Virgil at jamius.virgil@us.af.mil. Offerors are cautioned that the size limit for electronic offers is 10 MB. The Government will not be responsible for any non-receipt of the offer or any failure of the offeror to verify receipt of the e-mailed offer. Offerors are responsible for submitting offers, and any amendments, revisions, or withdrawals, (signed by company official) so as to reach the Government office designated in the RFQ 27 September 2018 by 2:00 PM MDT, on the date that offers or revisions are due. (End of addendum) 52.212-2 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: (1) Technical (2) Price Technical capability is significantly more important than price. The factors in order of importance starting with the most important: technical capability & price. (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). (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) 1. BASIS FOR CONTRACT AWARD: This acquisition will use the Lowest Priced Technically Acceptable source selection procedures to make a best value award decision. The evaluation process will proceed as follows: Evaluate the lowest priced offer for technical acceptability and assign ratings of Acceptable or Unacceptable. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. The Government intends to award without discussion, however, in the event the Contracting Officer determines it in the government's best interest to enter into discussions, any offeror which was originally rated as Unacceptable could become Acceptable; The Government intends to award one firm-fixed priced contract as a result of this solicitation. 2. EVALUATION FACTORS: 2.1 Part I -Technical Capability: The Government's technical evaluation team shall evaluate offeror's technical offer on an acceptable or unacceptable basis. Any subfactor evaluated as "Unacceptable" will render the entire offer unacceptable and, therefore, cannot be awarded. Only those offers determined to be technically acceptable, either initially or as a result of communications, will be considered for award. However, the offeror is reminded that the Government reserves the right to award this effort based on the initial offer, as received, without discussion. The term "technical" as used herein, refers to non-price factors other than past performance. The purpose of the technical evaluation is to assess whether the offeror's offer will satisfy the government's minimum requirements. An Unacceptable subfactor assessment will render the entire offer cannot be awarded. The Government will use the following table to access the contractor's technical acceptability: ACCEPTABLE - Offer clearly meets the requirements of the RFQ UNACCEPTABLE - Offer does not meet the requirements of the RFQ The following Technical Capability factors will be evaluated: Factor 1 - Technical. The offeror will receive an Acceptable rating if the offeror demonstrates a clear understanding of the overall contract requirements and competencies in managerial and supervisory strategies as determined by the evaluation of the following two subfactors: Subfactor A - Personnel Management Plan/Strategy. The offeror shall describe in detail the procedures to be taken to perform the duties outlined in the PWS. This information shall include the work schedule proposed for completing these duties. The offeror shall describe in detail the procedures taken to ensure personnel scheduling does not conflict with requirements as outlined in the PWS. This description shall include personnel replacement or coverage due to personal leave, sick leave, maternity leave, convalescent leave, and bereavement. Subfactor B - Employee Qualifications. The offeror shall provide a resume for the hired individual(s) to perform under the proposed contract; not more than two (2) pages, demonstrating the qualifications as referenced in accordance with the PWS. This resume will include professional certifications, adequate training or demonstrated knowledge, accredited University/College education, and experience. As an attachment to this resume, the contractor shall provide certificates, diplomas, transcripts, and/or proof of completion citing the accreditation for the qualifications mentioned in the provided resume. 2.2 Part II - Price Evaluation: Offers shall be ranked according to price. An offeror's proposed price will be determined by multiplying the quantities by the unit price for each item to confirm the extended amount for each. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period and all option periods, including the option at FAR 52.217-8. Unit prices included in this document will be added and included on the associated CLINs in the evaluation of total price. The Government will correct any apparent mathematical miscalculations, such as extended amount not equal to unit price multiplied by number of units, to determine the total evaluated price. Only the offeror's total evaluated price will be used to make an award decision. Price Reasonableness: The proposed prices will be evaluated for reasonableness. Price reasonableness will be determined through adequate price competition of the Offeror‘s total evaluated price and will also be determined through price analysis techniques as described in FAR 13.106-2. A price analysis will be conducted in lieu of a cost analysis. This source selection is conducted with the expectation of adequate price competition and will rely on market forces and price analysis to ensure awarded prices are reasonable. Comparison of proposed prices received in response to the solicitation is the preferred and intended price analysis technique. Other techniques and procedures, if deemed necessary, may be used to ensure a fair and reasonable price, to include but not limited to the following: a comparison of all offerors proposed fully burdened hourly rates; comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for the same or similar service/items; comparison with competitive market prices of similar services; or comparison of proposed prices with independent Government cost estimates. (End of provision) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2017) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the provision. (End of provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses are incorporated in paragraph (b) of FAR 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-14 Service Contract Reporting Requirements FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 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 Representation, FAR 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns 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 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (End of Clause) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 The following clauses and provisions will be added to the subsequent contract: By reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.233-1 Disputes. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 By full text: FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend The Term of the Contract FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation FAR 52.232-25 Prompt Payment The following DFARS clauses cited are applicable to this solicitation: By reference: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7011 Alternative Line Item Offer DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.247-7023 Transportation of Supplies by Sea - Basic DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel By full text: FAR 52.252-1 Solicitation Provisions Incorporated by Reference 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://www.farsite.hill.af.mil (End of Provision) 52.252-2 Clauses Incorporated by Reference 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://www.farsite.hill.af.mil (End of Clause) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," "covered defense information," "cyber incident," "information system," and "technical information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2)- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. (End of Provision) The following AFFARS clause cited is applicable to this solicitation: By reference: AFFARS 5352.223-9001 AFFARS 5352.242-9000 AFFARS 5352.242-9001 By full text: AFFARS 5352.201-9101 Ombudsman (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, Mr. Jeffrey Lowman, AFICA/KO, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-2022, DSN: 579-2022, Fax: (850) 884-2476, Email: jeffrey.lowman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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) 5352.242-9001 Common Access Cards (CACs) For Contractor Personnel (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 6) Quotes must be signed, dated and submitted by September 27, 2018 at 2:00 PM Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: TSgt Jamius Virgil - jamius.virgil@us.af.mil Alternate: Dawn M. Armant - dawn.armant@us.af.mil 7) For further inquiries, please email the POC's listed above or the Contracting Officer, TSgt Jamius Virgil at jamius.virgil@us.af.mil. x______________________________ Name/Title: Date:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/27CONS/FA4855-18-R-0048/listing.html)
- Place of Performance
- Address: 110 Alison Ave, Bldg 600, Cannon AFB, New Mexico, 88101, United States
- Zip Code: 88101
- Zip Code: 88101
- Record
- SN05100075-W 20180923/180921230649-05b7d17c7ba8b855f7fb74f41a987776 (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 |