You are on page 1of 6

DEPARTMENT OF THE AIR FORCE

HEADQUARTERS 36TH WING (PACAF)


ANDERSEN AIR FORCE BASE GUAM

16 September 2021

DOCUMENT TYPE: Combined Synopsis/Solicitation

SOLICITATION NUMBER: FA524021Q0073 Amendment 2

SOLICITATION TYPE: Request for Quote (RFQ)

NAICS CODE: 541513, Computer Facilities Management Services

SET-ASIDE: 8(a), Size Standard: $30 Million

SUBJECT: 36 FSS Personnel Systems Manager

RESPONSE DATE: 22 September 2021 at 12:00 P.M. Chamorro Standard Time (ChST)

DESCRIPTION
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are requested and a written solicitation will not
be issued. The solicitation is being issued using simplified acquisition procedures.

II. The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2021-06, effective date 12 July 2021.

III. Potential vendors are to quote on the following Contract Line Item Number(s) (CLINs):

CLIN Item Description Unit of Unit Price Extended


Qty Issue Price
0001 Personnel Systems Manager IAW Attachment
1 – PSM PWS (Base Year: 1 December 2021 - 10 Mo
30 September 2022)
1001 Personnel Systems Manager IAW Attachment
1 – PSM PWS (Option Year 1: 1 October 2022 12 Mo
- 30 September 2023)
2001 Personnel Systems Manager IAW Attachment
1 – PSM PWS (Option Year 2: 1 October 2023 12 Mo
- 30 September 2024)
3001 Personnel Systems Manager IAW Attachment
1 – PSM PWS (Option Year 3: 1 October 2024 12 Mo
- 30 September 2025)
4001 Personnel Systems Manager IAW Attachment
1 – PSM PWS (Option Year4: 1 October 2025 12 Mo
- 30 September 2026)
TOTAL COST

Page 1 of 6 
 
 

Shipping Address: ANDERSEN AFB


YIGO, GUAM 96929

IV. Additional requirements to be included in quotation price:

1. All travel and shipping costs associated with this requirement shall be factored into the quote.
Please include an itemized price breakout for these costs. Contractors must abide to all Gov
Guam travel policies.

V. All material requirements must be met as stated in: Attachment 1 – PSM PWS 14SEP

a. Ensure there is a technical description of the item(s) being offered in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include product literature, or other
documents.

VI. Shipping and Delivery Information:

Delivery: FOB Destination:


The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver
the shipment in good order and condition to the point of delivery specified in the purchase order, be
responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the
shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to
the specified point of delivery. If a delivery is required, the contractor shall deliver all Line Items to
shipping address.

VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Jul 2021) applies to this acquisition.

FAR 52.212-1, Instructions to Offerors--Commercial Items ADDENDUM

a. SUBMISSION OF OFFERS: The signed proposal/reps and certs, and the price/proposal shall be
submitted in separate volumes via email. Each volume, as described below, shall be appropriately
tabbed and present a clear, concise offer. All volumes shall contain precise and complete
information so as to permit a detailed evaluation.

1. Volume I – Signed Price Proposal & Representations and Certifications


2. Volume II – Technical Proposal

VOLUME I – Signed Price Proposal & Representations and Certifications


1. Submit a digitally signed or wet signature and scanned PDF copy.
2. At a minimum, Volume 1 shall be provided in parts and tabbed as follows:
a. Title page with company name, point of contact, e-mail address, phone,
acknowledgment of amendments, and facsimile number of the person or persons
authorized to negotiate and bind your firm and/or address proposal clarifications;
b. Representations, Certifications and Other Statements of offerors with all
representations and certifications executed.
c. Price Proposal including a breakdown with sufficient detail for evaluation (i.e. labor
category, rates, etc.)

VOLUME II – Technical Proposal


Page 2 of 6 
 
 

 
1. Technical will be based on a contractor narrative on how they will meet the requirements in
the Performance Work Statement. This can also be referenced as the Contract Execution Plan.

b. TIME FOR RECEIPT OF PROPOSAL: Proposal shall not exceed 50 pages. Offeror should note
that unnecessarily elaborate presentations beyond those sufficient to present a complete and
effective response to the solicitation are not desired. Elaborate art work and expensive visual and
other presentation aids are neither necessary nor wanted.
1. Proposals shall be submitted soonest but no later than 12:00 P.M. ChST, 22 September 2021.
2. Proposals shall be submitted via email to MSgt Jared Van Orman. at
jared.van_orman.1@us.af.mil and SrA Jayna E. Rhoads at jayna.rhoads@us.af.mil
3. It is the Offeror’s responsibility to ensure that the proposal is received by the government no
later than (NLT) the submission date and time.
4. Offeror shall submit complete and accurate information. The Government may elect not to
request additional information to perform the evaluation.

(End of provision)

VIII. FAR 52.212-2, Evaluation--Commercial Items (Oct 2014), applies to this acquisition.

a. The Government will award a contract resulting from this solicitation to the 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:
i. Price
ii. Technical Acceptability
1. Ratings:
a. Acceptable: Proposal clearly meets the minimum requirements of the
solicitation & specifications provided.
b. Unacceptable: Proposal does not clearly meet the minimum
requirements of the solicitation.

b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the


successful offeror within the time for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer’s specified expiration time, the
Government may accept an offer (or part of an offer), whether or not there are negotiations after
its receipt, unless a written notice of withdrawal is received before award.

c. BASIS FOR AWARD / EVALUATION PROCEDURES:

i. The lowest priced proposals will be evaluated for technical acceptability until at least 2
proposals are deemed technically acceptable to ensure adequate competition. Award will
then be made to the lowest priced technically acceptable offeror. Award will be made on
the initial evaluation of proposals received in response to this RFP. Discussions are not
intended, but the Government reserves the right to open discussions, should they become
necessary. Therefore, offerors are encouraged to ensure that their initial proposal
contains the best terms from a technical and price standpoint.

IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021) is included
in this solicitation. This means that the contractor must have a valid Representations and Certifications

Page 3 of 6 
 
 

 
filed in the System for Award Management (SAM) and/or furnish the government a completed copy of
the record with its offer.

X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this
acquisition. No addenda to this clause.

XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-
Commercial Items (Jul 2021), applies to this acquisition. These additional FAR provisions and
clauses cited within the clause at 52.212-5 are applicable to this acquisition:

a. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020)
b. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment (Aug 2020)
c. FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment (Jun 2020)
d. FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)
e. FAR 52.222-3, Convict Labor (Jun 2003)
f. FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Jan 2020)
g. FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
h. FAR 52.222-26, Equal Opportunity (Sep 2016)
i. FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
j. FAR 52.222-41, Service Contract Labor Standards (Aug 2018)
k. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
l. FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price
Adjustment (Multiple Year and Option Contracts) (Aug 2018)
m. FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)
n. FAR 52.223-18, Encouraging Contractors Policies to Ban Text Messaging While Driving (Jun
2020)
o. FAR 52.225-1, Buy American—Supplies (Jan 2021)
p. FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (Jan 2021)
q. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
r. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct
2018);

XII. Additional provisions and clauses that apply to this acquisition are:
a. FAR 52.204-7, System for Award Management (Oct 2018)
b. FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
c. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
d. FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
e. FAR 52.204-20, Predecessor of Offeror (Aug 2020)
f. FAR 52.204-22, Alternative Line Item Proposal (Jan 2017)
g. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (Oct 2020)
h. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
Page 4 of 6 
 
 

 
i. FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018)
j. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law (Feb 2016)
k. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999)
l. FAR 52.222-25, Affirmative Action Compliance (Apr 1984)
m. FAR 52.232-40 , Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
n. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
o. FAR 52.245-1, Government Property (Jan 2017)
p. DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991)
q. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep
2011)
r. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
s. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov
2011)
t. DFARS 252.204-7000, Disclosure of Information (Oct 2016)
u. DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)
v. DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services (May 2021)
w. DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services (Jan 2021)
x. DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the
Government of a Country that is a State Sponsor of Terrorism (May 2019)
y. DFARS 252.211-7007, Reporting of Government-Furnished Property (Aug 2012)
z. DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec
2018)
aa. DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018)
bb. DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991)
cc. DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012)
dd. DFARS 252.244-7000, Subcontracts for Commercial Items (Oct 2020)
ee. DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr
2012)
ff. DFARS 252.245-7002, Reporting Loss of Government Property (Jan 2021)
gg. DFARS 252.245-7003, Contractor Property Management System Administration (Aug 2012)
hh. DFARS 252.245-7004, Reporting, Reutilization, and Disposal (Dec 2017)
ii. AFFARS 5352.201-9101, Ombudsman (Jun 2016)
jj. AFFARS 5352.223-9001, Health and Safety on Government Installations (Oct 2019)
kk. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Oct 2019)

XIII. FAR 52.217-5, Evaluation of Options (July 1990), applies to this acquisition.

XIV. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), applies to this acquisition.

(a) The Government may extend the term of this contract by written notice to the Contractor within
30 days; provided that the Government gives the Contractor a preliminary written notice of its intent

Page 5 of 6 
 
 

 
to extend at least 60 days before the contract expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed 5 years.
XV.

XVI. All firms must be registered and active in the System for Award Management (SAM) database
at beta.SAM.gov to be considered for award. Quote 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, and Tax ID and small business status.

XVII.Submittal Information: Oral quotes 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 vendor’s responsibility to request and receive confirmation of quote
receipt.

a. Requests for Information (RFIs): Please submit any Requests for Information (RFIs) no later
than Thursday, 8 September 2021 at 12:00 P.M. ChST.

b. Request of Quote (RFQ): Please submit any Quotes in response to this RFQ no later than
Friday, 22 September 2021 at 12:00 P.M. ChST.

c. Submission Points of Contact (POC): Submit RFIs and/or Quotes/Offers via email to:
i. Contract Specialist: SrA Jayna Rhoads at jayna.rhoads@us.af.mil; AND
ii. Contracting Officer: MSgt Jared Van Orman at jared.van_orman.1@us.af.mil.

VAN Digitally signed by VAN


ORMAN.JARED.ALEXANDER.12879
ORMAN.JARED.ALEXA 66853
NDER.1287966853 Date: 2021.09.16 10:29:14 +10'00'

JARED VAN ORMAN., MSgt, USAF


Contracting Officer

Attachments: (2)
1. PSM PWS 14SEP
2. SCA Wage Determnation - 2015-5693
3. PSM - Request for Information Responses
4. PSM – Request for Information Responses (Second Set)

Page 6 of 6 
 

You might also like