This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) FA4610-17-T-0003.
Submit written offers IAW Contract Line Item Number (CLIN) structure outlined in announcement. A quote template sheet is provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 611710 and Size Standard of $15M apply to this procurement.
Purchase Request #: F4D3B36323A001
Project Title: Education Advisor Services
•1. Quotes should conform to the CLIN structure as established in the RFQ template provided with this notice.
•2. Quotes shall be valid through 31 Oct 2017.
•3. As a result of a query to the Department of Labor, no Wage Determination was issued for this contract. Therefore, in accordance with Title 29 C.F.R. Part 4, Section 4.6(d), the contractor is required to pay no less than the Federal minimum wage.
•4. Please see attached documents for a detailed description of requirements.
•5. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 15 Aug 2017 at 12:00 PM PST. Answers will be posted on or about 17 Aug 2017 at 12:00 PM PST. Telephone and other means of oral communication will not be permitted.
•6. Quotes must be sent to Contract Specialist Alyson Kolding at alyson.kolding@us.af.mil no later than 31 Aug 2017, 12:00 PM PST.
The contract will be Firm Fixed Price with the CLIN structure reflected in the RFQ Template. The period of performance will be from 01 Nov 2017 through 30 Apr 2023.
The following clauses are incorporated by reference in the final award:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporation
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-50 Combat Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
52.223-5 Pollution Prevention and Right-To-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-3 Privacy Training
52.225-13 Restrictions on Certain Foreign Purchases
52.232-18 Availability of Funds
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Building, Equipment and Vegetation
52.242-15 Stop-Work Order
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
The following clauses are incorporated by full text in the final award:
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Mar 2016)
Fill-in text:
b(1)(xii)(A) X 52.222-50
b(1)(xii)(B) N/A 52.222-50 Alt. I
52.217-8 Option to Extend Services
Fill-in Text: 15 Days
52.217-9 Option to Extend the Term of the Contract
(a): Written notice of extension to the contractor: 30 Days
Preliminary written notice of intent to extend to the contractor: 60 Days
(c): Five (5) Years
52.222-42 Statement of Equivalent Rates for Federal Hires
Fill-in Text:
Employee Class
GS/WG Equivalent
Monetary Wage
Fringe Benefit
Education Counselor
GS-09
$26.87
36.25%
52.252-2 Clauses Incorporated by Reference
Fill-in Text: http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
Fill-in Text:
(b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories
(c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management
5352.242-9001 Common Access Cards (CACs) for Contractor Personnel
The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors - Commercial Items
(c) Period of acceptance for offers: 31 Oct 2017
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items
Fill-in Text:
(a): Lowest Price Technically Acceptable (LPTA)
52.212-3, Alt I Representation & Certification
52.252-1 Solicitation Provisions Incorporated by Reference
Fill-in Text: http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions
Addendum:
52.212-1 Instructions to Offerors - Commercial Items
Offerors will submit:
•· A completed Request for Quote (RFQ) Template
•· A completed Technical Response Questionnaire
•· A copy of the Diploma(s)
52.212-2 Evaluation - Commercial Items
The contract will be evaluated base on the Lowest Technically Acceptable Price (LPTA) with evaluation criteria based on the following factors:
Factor 1 Academic/Guidance Counseling Experience - At least two (2) years of experience within the five (5) year period immediately preceding release of this Request for Quote (RFQ), in academic/guidance counseling at an adult/military education center.
Factor 2 Baccalaureate Degree(s) - A baccalaureate degree from an accredited college or university, verified with the submission of a copy of the diploma(s).
Factor 3 Sub-Contracting Arrangement (e.g. Teaming Arrangement) -
Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
Alyson R. Kolding, Phone 8056053933, Email alyson.kolding@us.af.mil