CLIN 0001: (1 EACH) Base Period: Sports Officiating Services in accordance with the PWS. POP 1 October 2014 through 30 September 2015.
CLIN 0002: (1 EACH) Option Year 1: Sports Officiating Services in accordance with the PWS. POP 1 October 2014 through 30 September 2016.
CLIN 0003: (1 EACH) Option Year 2: Sports Officiating Services in accordance with the PWS. POP 1 October 2014 through 30 September 2017.
*ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM:
36FSS/FSVS-Andersen AFB Gymnasium
Unit 14002
APO AP
96543
All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status.
FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this request.
1. Price Quote - Prices must be submitted for CLIN 0001 through CLIN 0003. This is an all-or-none request; multiple awards will not be made.
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).
a. Technically Acceptability: Quotes must include a written statement that demonstrates the offeror's ability to provide the service detailed in the PWS.
Note: Offerors who fail to submit required documentation may be considered nonresponsive.
FAR 52.212-2 Evaluation - Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions, however, the Government reserves the right to open discussion anytime during evaluations. Technical acceptability means meeting the minimum specifications under CLINS 0001 thru CLINS 0003 and providing the information required by FAR 52.212-1.
All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest price quote is deemed technical unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable.
1. Price: Quotes will be ranked first based on price from low to high. The price evaluation will document the realism, reasonableness, and completeness of the total evaluation price.
2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable.
TECHNCIAL CRITERIA RATINGS - RATING DEFINITION
Acceptable quote clearly meets the minimum requirements of the solicitation.
Unacceptable Quote does not clearly meet the minimum requirements of the solicitation.
The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with the Representations and Certifications completed.
The following provisions and clauses apply 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.
FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.217-5 Evaluation of Options
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.219-6, Total Small Business Set Aside
FAR 52.219-28, Post Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-41, Service Contract Act
FAR 52.222-42, Statement of Equivalent Hires
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Message while Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-19, Availability of funds for the Next Fiscal Year
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The following additional provisions and clauses also apply to this acquisition:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.225-7001, Buy American Act and Balance of Payment Program.
DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports
DFARS 252.232-7006, Invoicing and Payment (WAWF) Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea Alt III
Quotes must be submitted in writing and be sent to SrA Tom Hammonds at [email protected].
Responses to this RFQ must be received via e-mail no later than 6o'clock PM Eastern Time on Wednesday 17 September 2014. Oral Quotes will not be accepted. Collect calls will not be accepted. Emailed quotes must be received at the stated addressee(s) email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt.
ATTACHMENTS:
1. Performance Work Statement dated 23 August 2014
2. Wage Determination No. 2005-2147 Revision No: 16 dated 7/25/2014