This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation for a commercial non-personal 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W564KV-13-T-0004 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-62, effective 20 November 2012. This combined synopsis/solicitation is not set-aside for any NAICS code or small business size standard; this is an unrestricted acquisition. All responsible sources may submit a quote, which if received timely, will be considered by the 409th CSB/ECC-E Theater Contracting Center, APO AE 09227-3156.
The scope of work is for a non-personal service in support of US Army Military Religious Programs. The Contractor must be committed to working within the pluralistic Military Chapel environment, in cooperation with other congregational leaders to meet the needs of the congregation. As a non-personal services contractor, the Protestant Parish Coordinator is not a member of the Chapel or Installation Chaplain's Office Staff. The contractor and all employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. The Contractor shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence.
The mission of the Chaplain's program is to provide for Essential Elements of Religion to include worship services for all assigned soldiers, civilians, and family members. The primary goal of the religious education program is to provide basic religious understanding through Bible studies, doctrinal studies and life application studies for children, youth and adults within the garrison. All aspects of the religious education program shall remain the responsibility of the Commander and shall be conducted under the supervision of the USAG chaplain. The USAG chaplain will designate a chaplain or chaplains to supervise all chapel religious education programs. The USAG Director or Religious Education (DRE) will advise the chaplain and will provide guidance and direction for program design, curriculum selection, volunteer training and program administration... As such, they fall under the responsibilities of all Chaplains and, here in particular, the Protestant Community Chaplain. The Protestant Religious Coordinator falls under the USAG Heidelberg Chaplain's Program.
REQUIREMENTS FOR QUOTE
Prices quoted must be Firm-Fixed price to include anticipated cost of the required Contractor Manpower Reporting.
Air Compressor to include:
Description Qty Unit Price Extended Price
LINE ITEM 0001
Conduct Protestant religious
Programs; See Attached SOW 11 X $_______ = $___________
LINE ITEM 7500
Contractor Manpower Reporting 1 X $________ = $___________
The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda apply: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, CAGE code, DUNS number, tax identification number, and a statement that the provision at FAR 52.212-3 has been completed electronically on line at the System for Award Management, On-line Representations and Certifications Applications (formerly ORCA). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. In accordance with FAR 52.204-99 System for Award Management (SAM) Registration (DEVIATION) contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.sam.gov)
Quotes must be received no later than 1000 local time for the designated Government office (Central European Time), 10 December, 2012. Quotes shall be submitted via e-mail to Mr. Don Peters, Contract Specialist, at
[email protected] and Ms. Donna Kabatek, Contracting Officer, at
[email protected]. The subject of the e-mail shall be, quote mark W564KV-13-T-0004.
Offerors are requested to submit any questions or comments via email to Mr. Don Peters, Contract Specialist,
[email protected] and Ms. Donna Kabatek, Contracting Officer,
[email protected] no later than 5 working days before offers are due. The subject of the email shall be: quote mark W564KV-13-T-0004 Questions quote mark . Questions shall annotate a reference to the specific solicitation element to which they pertain. All responses will be taken into consideration and answered appropriately in an amendment to the RFQ/solicitation.
Offers received after the above date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
The provisions at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive 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: technical acceptability and price. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered.
The provision at 52.212-3 shall be completed electronically on line at https://www.sam.gov/portal/public/SAM/ with its quote. The following clauses apply to this acquisition.
FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ .
The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies:
ADDENDUM TO FAR 52.212.4
A. In addition to FAR 52.212-4 (a), entitled: quote mark INSPECTION AND ACCEPTANCE quote mark , the following shall apply:
Inspection and acceptance of services under this contract shall be performed by the Point of Contact (POC) of the Receiving Activity.
B. In addition to FAR 52.212-4 (c), entitled: quote mark CHANGES quote mark , the following shall apply:
The Government reserves the right to issue unilateral modifications to affect administrative changes.
B. Electronic Fund Transfer: Payment for goods or services received shall be made by Electronic Fund Transfer (EFT).
Therefore each invoice must show the contract number and the following Banking Information:
Name of Receiving Bank:
City and Country of Receiving Bank:
SWIFT CODE
Bank Transit Code (BLZ):
Recipient's Account No.:
IBAN No.:
(End of Addendum)
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR/DFARS clauses cited in the clause applicable to this acquisition are:
52.204-10 Reporting Executive Compensation and First-Tier
Subcontract Awards AUG 2012
52.204-99 System for Award Management Registration (DEVIATION) AUG 2012
52.223-18 Encouraging Contractor Policies to Ban Text Messaging
While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-14 Inconsistency between English Version and Translation
of Contract FEB 2000
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.233-7001 Choice of Law (Overseas) JUN 1997
DFARS 252.212-7001, Contract Terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition. Additional FAR/DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000, Representation Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests (MAR 2008).
FAR 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)
If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the FY 2013 DOD EURO Conversion Rate in effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.
(b) For acquisitions conducted using negotiation procedures-
(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise
(2) On the date specified for receipt of proposal revisions.
(End of provision)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s). Invoice as 2-in-1
(Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and
``Receiving Report'' (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
``Not applicable.''
(Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'')
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.
Routing Data Table*
------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
------------------------------------------------------------------------
Pay Official DoDAAC HQ0429
Issue By DoDAAC W564KV
Admin DoDAAC W564KV
Inspect By DoDAAC WK4B9S
Ship To Code WK4B9S
Ship from Code WK4B9S
Mark for Code
Service Approver (DoDAAC) WK4B9S
Service Acceptor (DoDAAC) WK4B9S
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
------------------------------------------------------------------------
(*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptance locations apply, or ``Not applicable.'')
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system.
[email protected] (Contracting Officer: Insert applicable email addresses or ``Not applicable.'')
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
[email protected] (Contracting Officer: Insert applicable information or ``Not applicable.'')
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(3) Questions concerning WAWF training: http://www.wawftraining.com
USAG BADEN WUERTTEMBERG
CHAPLAIN'S OFFICE
PATTON BARRACKS
UNIT 29237
APO AE 09012
TEL: 0621-730-9228
(End of clause)
CCE.233-4002 AMC-LEVEL PROTEST PROGRAM (December 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:
HQ Army Materiel Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527.
Facsimile number (703) 806-8866 or 8875
Packages sent to FedEx or UPS should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room 2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
Bid Protests Not Available