This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR Subpart 13.5 also applies to this combo. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, F1H3HP3067A001 EFMP Coordinator, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68, effective 26 June 2013. This procurement is a 100% Total Small Business set-aside for this procurement IAW FAR Part 6 and Subpart 19.5. Offerors must be registered in the Central Contractor Registry (CCR) to be considered for award. Offerors can register at http://www.sam.gov. The North American Industry Classification code for this procurement is 624190 Other Individual and Family Services. The size standard for this acquisition is $10 Million annual revenue. The Standard Industry Code is 8322. Tax identification numbers shall be submitted with quotes. Quotes are due no later than 1300/1:00pm (PST) , August 27, 2013. If you have any questions, please feel free to contact A1C Timothy Harms at [email protected] or (530) 634-4094.
Send quotes to: Timothy Harms 9 CONS/LGCB
Faxed quotes are accepted at: (530) 634-3311
E-mailed quotes are accepted at: [email protected]
The following is requested in this solicitation: One (1) FTE for Exceptional Family Member Program (EFMP)
Coordinator conforming to the Performance Work Statement (PWS), Period of Performance (PoP):
0001-EFMP Coordinator (IAW PWS), PoP: 19 SEP 2013-18 SEP 2014; for 1960 hours
1001-EFMP Coordinator (IAW PWS), PoP: 19 SEP 2014-18 SEP 2015; for 1960 hours
The following provisions and clauses apply to this solicitation and are incorporated by reference:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-5 Covenant Against Contingent Fees
FAR 52.203-7 Anti-kickback Procedures
FAR 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity
FAR 52.203-16 Preventing Personal Conflicts of Interest
FAR 52.204-2 Security Requirements
FAR 52.204-7 Central Contractor Registration
FAR 52.204-9 Personal Identity Verification of Contractor Personnel;
FAR 52.204-12 Data Universal Numbering System Number Maintenance
FAR 52.204-99 (Dev), System for Award Management Registration (Deviation);
FAR 52.212-1 Instructions to Offerors--Commercial Items;
FAR 52.212-3 Offerors Representations and Certifications-Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items;
FAR 52.219-1 Small Business Program Representation
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-25 Affirmative Action Compliance
FAR 52.223-6 Drug-free Workplace
FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts
FAR 52.224-1 Privacy Act Notification;
FAR 52.224-2 Privacy Act;
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
FAR 52.232-1 Payments;
FAR 52.232-11 Extras
FAR 52.232-18 Availability of Funds
FAR 52.232-19 Availability of Funds for the Next Fiscal Year
FAR 52.232-23 Assignments of Claims
FAR 52.233-2 Service of Protest
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.237-3 Continuity of Services
FAR 52.242-17 Government Delay of Work
FAR 52.243-1 Alt II, Changes - Fixed Price
FAR 52.244-6 Subcontracts for Commercial Items
FAR 52.245-1 Government Property
FAR 52.245-9 Use and Charges
FAR 52.246-4 Inspection of Services-Fixed Price
FAR 52.246-25 Limitation of Liability
FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form)
FAR 52.249-12 Termination (Personal Services)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-3 Alterations in Solicitation
FAR 52.252-5 Authorized Deviations in Provisions
FAR 52.253-1 Computer Generated Forms
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 252.204-7000 Disclosure of Information
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, Central Contractor Registration
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items;
DFARS 252.223-7004 Drug-free Work Force
DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.232-7003 Electronic Submission of Payment Requests;
DFARS 252.232-7006 Wide Area Workflow Payment Instructions;
DFARS 252.239-7001 Information Assurance Contractor Training and Certification
AFFARS 5352.215-9000 Facility Clearance
AFFARS 5352.223-9001 Health and Safety of Government Installations
The following provisions and clauses apply to this solicitation and are incorporated by full text: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
FAR 52.204-10, Reporting Exclusive Compensation and First Tier Sub Contract Awards
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred,
Suspended, or Proposed for Debarment
FAR 52.216-24, Limitation of Government Liability
FAR 52.216-25, Contract Definitization
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 52.222-3, Convict Labor
FAR 52.222-17, Non-displacement of Qualified Workers
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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-41, Service Contract Act of 1965.
FAR 52.222-42 -Statement Equivalent Rates for Federal Hires
FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.245-2, Government Property Installation Operation Services
FAR 52.252-2, Clauses Incorporated by Reference;
FAR 52.252-4, Alterations in Contract
FAR 52.252-6 Authorized Deviations in Clauses
DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999)
Evaluation Commercial Items: (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: Lowest Price Technically Acceptable, With Acceptable Past Performance. Technical acceptability will be determined by the subject matter experts and requiring activity 9 FSS. Past Performance information will be evaluated by 9 CONS through various market research methods for accuracy and relevancy to the acquisition
(i) The technical evaluation will be conducted based on the submitted resumes. The resume must exhibit proof of at least one (1) year of qualifying experience. Experience will be accepted as qualifying if it relates to: a position that deals with children or persons of special needs, deals with community organizations or local school systems, or shows other experience dealing with social services organizations.
(ii) Also required is a copy of the individual's Diploma showing proof of degree in Education or a related Social Sciences field.
(iii) For past perofrmance, two (2) references are required in order to ascertain proof of qualifying work experience.
(iv) A fully completed Request for Quote (RFQ) is also required.
(b) 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.
FAR 52.217-8 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.
FAR 52.217-9 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; 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 two (2) years.
FAR 52.222-42 Statement Equivalent Rates for Federal Hires (May 1989) -- In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332:
Employee Class Monetary Wage Fringe Benefits
24620 - Family Readiness and Support Services Coordinator, $16.67,
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per month
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)
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/
AFFARS 5352.201-9101 Ombudsman -- OMBUDSMAN (NOV 2012) -- (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 Center/MAJCOM/DRU or AFISRA ombudsmen, phone number 757-225-7688. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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.
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 [insert any additional requirements to comply with local security procedures] 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 [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] 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.
AFFARS 5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (NOV 2012) -- (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.
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. In addition, the following addendum applies:
Offerors shall submit their quote on the RFQ sheet provided in the solicitation and complete all information requested on the quote sheet. The Government will NOT accept incomplete quotations. The Government reserves the right to award on a multiple award or an all or none basis. Offerors must be registered in the Central Contractor Registration database @ www.sam.gov to be considered for award. Quotes must be received no later than 1:00 PM PST, August 13, 2013. All quotes must be sent to A1C Timothy Harms via email at: [email protected]. Please feel free to contact A1C Timothy Harms via email: [email protected] or by phone at (530) 634-4094.