The RFP Database
New business relationships start here

Protestant Religous Education Coordinator


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

I. GENERAL INFORMATION
 

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase Protestant Religious Education (RE) Coordinator services as described in the Statement of Work (SOW), (Attachment 1).  This is a streamlined 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 notice.  A written solicitation will not be issued.  This requirement is issued as a Request for Quote (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-95 and DFARS DPN change notice 20161222.

 

A Firm Fixed Priced (FFP) award will be made in accordance with the following:

 

NAICS Code:  This acquisition is being solicited as a 100% small business set-aside.  The North American Industrial Classification System (NAICS) code for this acquisition is 611710,  Educational Support Services, with a size standard of $15,000,000.

 

II. NATURE OF ACQUISITION:

 


Maxwell AFB has a requirement to purchase the below listed services.  This procurement will be awarded under Simplified Acquisition Procedures.  All questions must be received by 20 Oct 2017, 10:00am, CST.  Quotes must be received no later than 30 Oct 2017, 10am CST.  E-Mail Quotes are required.  Email quotes to Camillus C. Mays at camillus.mays@us.af.mil and Paula Reinhard at paula.reinhard@us.af.mil.  


 


It is the offeror's responsibility to ensure the quote has been received by the contracting office by telephone or email confirmation. Fax quotes will not be accepted.  Late quotes will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers."  If there are any questions, please email or call Camillus C. Mays at (334)953-1652 or Paula Reinhard at (334)953-6569. 


 

III.  SCHEDULE OF SUPPLIES/SERVICES:

 


All services are to be performed in accordance with (IAW) the attached Statement of Work (SOW).


 


The contractor shall provide the services listed below:


 


Period of Performance (PoP) Base Year: 6 Nov 17 - 5 Nov 18


 


CLIN 0001:  Protestant Religious Education Coordinator   





Quantity



Unit



Unit Price



Total Price





12



Months



$



$






 


Period of Performance (PoP) Option Year 1: 6 Nov 18 - 5 Nov 19


 


CLIN 1001:  Protestant Religious Education Coordinator  





Quantity



Unit



Unit Price



Total Price





12



Months



$



$






 


Period of Performance (PoP) Option Year 2: 6 Nov 19 - 5 Nov 20


 


CLIN 2001:  Protestant Religious Education Coordinator  





Quantity



Unit



Unit Price



Total Price





12



Months



$



$






 


Period of Performance (PoP) Option Year 3: 26 Nov 20 - 5 Nov 21


 


CLIN 3001:  Protestant Religious Education Coordinator  





Quantity



Unit



Unit Price



Total Price





12



Months



$



$






 


Period of Performance (PoP) Option Year 4: 6 Nov 21 - 5 Nov 22


 


CLIN 4001:  Protestant Religious Education Coordinator  





Quantity



Unit



Unit Price



Total Price





12



Months



$



$





 

 

IV. QUOTE PREPARATION INSTRUCTIONS

 

To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein.  Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. 

 

a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation.  In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

 

b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items.

 

c. Offerors must provide a unit price and extended price for CLIN 0001, CLIN 1001, CLIN 2001, CLIN 3001 and CLIN 4001 referenced in the "SCHEDULE OF SUPPLIES/SERVICES." 

 

d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.

 

e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions.  To register, please visit http://www.sam.gov or by calling 1-866-606-8220.

 

f.  The Government intends to award a contract without discussions with respective offerors.  Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions.  Offeror's may be asked to clarify certain aspects of their quote (e.g., the relevance of education/experience) or respond to adverse education/experience information to which the offeror has not previously had an opportunity to respond. 

 

g. Quote Contents:

 

PART I - TECHNICAL

 

(a)  The offeror shall furnish a resume documenting faith education and experience with the

quote.

 

(b)  The offeror shall furnish unofficial transcripts with the quote.

 

(c)  The offeror shall participate in an interview and be able to clearly express the details of basic Protestant doctrine and demonstrate writing abilities.

 

PART II - PRICE

 

•(a)       The offeror must submit proposed unit price(s) and extended amount(s) in Section III, Schedule of Supplies/Services (see above) of the synopsis/solicitation for each Contract Line Item Number (CLIN), including all option periods.  The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct; particular care should be taken to ensure the amounts match when using the EXCEL program and the rounding of figures, limited to two decimal places.

 


 

IMPORTANT NOTE:  Multiple Offerors nor Multiple Awards will be considered.  A single award will be made in the resultant contract.  It is the responsibility of the offeror to check FedBizOpps.Gov for any amendments to this combined synopsis/solicitation.

 

V.  BASIS FOR AWARD

 

This is a 100% Small Business Set-Aside Firm-Fixed Price (FFP) contract.  The small business contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.  Award will be made to the lowest priced quote that has acceptable technical - education/experience ratings.

 

PART I - TECHNICAL - Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements).

 





Evaluation Ratings





Rating



Description





Acceptable



Based on the offeror's education and experience, the Government has a reasonable expectation that the offeror will successfully perform the required effort.





Unacceptable



Based on the offeror's education and experience, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.





 

The Government will evaluate education/experience to assess the contractors' ability to successfully perform the required effort and assign an acceptable or unacceptable rating.  The Government will use the following procedures in evaluating education/experience:

 

•(a)    A resume shall document education and experience identifying the following:

 

1.  Protestant in faith practice.

2.  Experience of One (1) year as a Religious Education Coordinator within the last

     five (5) years.

 

•(b)   The offeror shall furnish unofficial transcripts with the quote showing Associate Degree or higher.

 

•(c)    The offeror shall participate in an interview.


 

•(d)   The offeror shall demostrate the ability to communicate effectively by writing a breif message.

 

PART II - PRICE.  The Government will evaluate the price of all quotes that receive an acceptable technical rating as follows:


 

•(a)    The Government will rank all offers by price, including all option prices. The price evaluation will document the fairness and reasonableness of the total evaluated price (TEP). Separately priced line items shall be analyzed to determine if the prices are unbalanced.


 

•(b)   Evaluating the Option CLINs does not obligate the Government to exercise the Options.


 

•(c)    Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2.

 

NOTE:  The Government intends to award a contract without discussions with respective offerors.  Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions.  Offeror's may be asked to clarify certain aspects of their quote (e.g., the relevance of education/experience) or respond to adverse education/experience information to which the offeror has not previously had an opportunity to respond.

 

VI.  CONTRACT TERMS AND CONDITIONS:

 

The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2.

 


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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2.

 

The Following Provisions and Clauses Are Incorporated By Reference:

 

FAR 52.204-7 System for Award Management (OCT 2016)

FAR 52.204-13 System for Award Management Maintenance (OCT 2016)

FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)

FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017)

FAR 52.212-2 Evaluation - Commercial Items (OCT 2014)

FAR 52.212-3 Alt 1, Offeror Representations and Certifications (JAN 2017)

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017)

FAR 52.219-6 Notice of Total Small Business Set Aside (NOV 2011)

FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013)

FAR 52.222-3 Convict Labor (JUN 2003)

FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015)

FAR 52.222-26 Equal Opportunity (SEP 2016)

FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

FAR 52.222-50 Combating Trafficking in Persons (MAR 2015)

FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)

FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997)

FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013)

FAR 52.233-3 Protest After Award (AUG 1996)

FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984)

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)

DFARS 252.203-7005 Representation Relating To Compensation of Former Dod Officials (NOV 2011)

DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)

DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014)

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015)

DFARS 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (DEC 2015)

DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014)

DFARS 252.225-7048 Export Controlled Items (JUN 2013)

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)

DFARS 252.232-7010 Levies on Contract Payments (DEC 2006)

DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (JUN 2013)

DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991)

 

 

FAR Clauses and Provisions by Full Text:

FAR 52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)

 

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)

(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

(xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 

(End of Clause)

 

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/these address (es):  http://farsite.hill.af.mil/

(End of Clause)

 

FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Provision)

 

FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Clause)

 

DFARS 252.204-7006 Billing Instructions (OCT 2005)

When submitting a request for payment, the Contractor shall-

(a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and

(b) Separately identify a payment amount for each contract line item included in the payment request.

(End of clause)

 

MP 5352.223-9001 Health and Safety on Government Installations (NOV 2012)

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and

(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.

(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.

(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.

(End of clause)

 

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 http://farsite.hill.af.mil.

 

(End of Provision)

 

 

DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

 

(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 System for Award Management 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 and Receiving Report (Combo)

(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo).  Creating both documents at the same time, rather than separately, is recommended.

 

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

(Block 15 (Deliver To) of SF1449)

(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



 Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.





Issue By DoDAAC



 Block 9 (Issued by) of SF1449.  Contracting office that issued your contract - WAWF uses the code to route the document to the base





Admin DoDAAC



 Block 16 (Administered by) of SF1449





Inspect By DoDAAC



 Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.





Ship To Code



 Block 15 (Deliver To) of SF1449 - This is a crucial piece of information.  It will be different for almost every contract issued.





Ship From Code



 "Not applicable."





Mark For Code



 Customer





Service Approver (DoDAAC)



 "Not applicable."





Service Acceptor (DoDAAC)



 Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.





Accept at Other DoDAAC



 "Not applicable."





LPO DoDAAC



 "Not applicable."





DCAA Auditor DoDAAC



 "Not applicable."





Other DoDAAC(s)



 "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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

 

randall.jamieson@us.af.mil

      camillus.mays@us.af.mil

 

(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.

N/A

 

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 

(End of clause)

5352.201-9101            OMBUDSMAN                                 JUN 2016


(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, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil ; or stephen.smith@randolph.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. (INTERIM CHANGE: See Policy Memo 14-C-05)

 

(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)


Camillus C. Mays, Contracting Specialist, Phone 334-953-5866, Email camillus.mays@us.af.mil - Paula Reinhard, Contracting Officer, Phone 3349536569, Email paula.reinhard@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP