Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

U -- Catholic Religious Education Coord

Notice Date
8/14/2020 11:10:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
FA4661 7 CONS CD DYESS AFB TX 79607-1581 USA
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-20-Q-0103
 
Response Due
9/8/2020 12:00:00 PM
 
Archive Date
09/23/2020
 
Point of Contact
Sonya L. Salisbury, Phone: 3256962322, Fax: 3259694078, Kathryn Shepherd, Phone: 3256968031
 
E-Mail Address
Sonya.Salisbury@us.af.mil, kathryn.shepherd@us.af.mil
(Sonya.Salisbury@us.af.mil, kathryn.shepherd@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for the following commercial services: Catholic Religious Ed Coord 1.� This synopsis and solicitation is 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; proposals are being requested and a written solicitation will not be issued.� This solicitation is issued as a Request for Proposals (RFP), solicitation number FA4661-20-Q-0103 Catholic Religious Ed Coord in accordance with FAR Part 13 -- Simplified Acquisition Procedures.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.� All firms or individuals responding must be registered with the System for Award Management (SAM) (www.sam.gov) in accordance with (IAW) FAR 52.204-7.� This procurement is being issued as a 100% small disadvantage business set-aside solicitation.� The North American Industrial Classification Standard (NAICS) code for this acquisition is 813110 Religious Organizations.� For the purpose of this procurement the small business size standard is $7.5M. All proposals shall be valid until 30 September 2020.� 2.� Contract Type/Scope: The 7th Contracting Squadron (7 CONS) at Dyess AFB, TX intends to award a Firm-Fixed Price (FFP) contract from this solicitation for the services described in the Performance Work Statement (PWS). The Government has a need for a Contractor to provide services for the Catholic Religious Education Coordinator as defined in the attached Performance Work Statement (PWS). 3. Performance period:� One (1) 12 month base period plus four (4) twelve-month option periods. 4. EVALUATION:� All offers will be evaluated for Past Performance, Technical and Price. Technical evaluation will be significantly more important than price. Price may be the determining factor if offerors technical ratings are determined to be essentially equal. �Any proposal that does not conform to the RFP submission requirements (with the exception of page limit requirements) will be considered as non-responsive and will not be evaluated. �For more details on how proposals will be evaluated, refer to FAR 52.212-2 Evaluation - Commercial Items and Addendum FAR 52.212-2 Evaluation � Commercial Items listed under 7. Provisions and Clauses within this RFP. 5.� All questions pertaining to this requirement must be submitted and received via email to sonya.salisbury@us.af.mil and kathryn.shepherd@us.af.mil� no later than 2:00 p.m. (CST), 27 August 2020.� Answers to any and all questions received will be posted to FBO.gov no later than 3:00 p.m. (CST) on 31 August 2020. 6. PROPOSAL SUBMISSION: ��Proposals not following the instructions within this section will be considered as non-responsive and will not be evaluated.� All proposals shall be e-mailed to Mrs. Sonya Salisbury at sonya.salisbury@us.af.mil, SSgt Kathryn Shepherd at kathryn.shepherd@us.af.mil, and SSgt Chandler H. Johnson at chandler.johnson2@us.af.mil.� Proposals shall be received via email no later than 3:00 p.m. (CST), ��8 September 2020.� ONLY ELECTRONIC COPIES WILL BE ACCEPTED.� Your proposal shall include the following: Price Section:� A complete pricing sheet including all CLINS using the required Offeror�s Information page 1 listed within this RFP.� Technical Capability Section: The Offeror�s Management Plan, Quality Control Plan, Relevant Experience and any other information that will support the Offeror�s capability and realistic approach/ability to perform as required in the PWS.� In addition, a copy of any certifications, training, degrees and a copy of representations and certifications from SAM or FAR 52.212-3 filled out that shows the Offeror is considered a Small Business in a PDF format.� Proposal Submission Information RFP Issued By: 7 CONS/PKB 381 Third Street Dyess AFB, TX� 79607 PR #:� �F1R0BW0063AW01 Date Issued:��14 August 2020 Contracting Officer:��SSgt Chandler H. Johnson Phone:��(325) 696-3685 E-Mail:��chandler.johnson2@us.af.mil NAICS:��813110 SB Size Standard:��$7.5 million Type of Set-Aside:��� Small Business OTHER INFORMATION:� The Government intends to award a Firm-Fixed Price (FFP) contract to a Small Business for this requirement.� The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. In the event a contract is awarded, the Government does not guarantee the exercising of options. Proposal Submission Information PROPOSAL SUBMISSION INFORMATION:� Proposals shall be e-mailed to the addresses identified below.� E-mail is the ONLY method for an offer to be considered.� Your offer shall include the two (2) required sections: Price and Technical.� The proposal shall be submitted as a submission of two (2) files: One (1) combined PDF file (Price and Technical section), the Technical Section (excluding representation and certification) as a MS Word document.� Deadline for receipt of offers:� � � 8 September 2020, 2:00 p.m. (CST).� All proposals shall be emailed to sonya.salisbury@us.af.mil and kathryn.shepherd@us.af.mil. FAR 2.101 �Best Value� means the expected outcome of an acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. Magnitude of this project with price not the number one (1) factor for this requirement. Award will be made to the offeror whose proposal represents the best value for the government. Evaluation of Offers: The evaluation for this acquisition will be solely based on Best Value to the Government that provides the greatest overall benefit in response to the requirement and conforms to the RFP submission requirements.� By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit. Proposals must be valid through 30 September 2019. SEE ATTACHMENT RFP FOR SUBMISSION INFORMATION Delivery Date: The period of performance for the base year of this contract is from 16 September 2020 to 315 September 2021. This period of performance is in effect upon receipt of �award, �notice to proceed.� This performance period is �mandatory,� nonnegotiable. NOTE: If the �negotiable� block is checked, please complete the following if you disagree with aforementioned performance period:���Request performance period be changed to:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/699cda08555d46eebfe8400b05decbf9/view)
 
Place of Performance
Address: Dyess AFB, TX 79607, USA
Zip Code: 79607
Country: USA
 
Record
SN05758483-F 20200816/200814230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.