Contract Line Item Numbers (CLINs):
CLIN 0001: Professional Instructor Services - Journalism Conference.
The contractor shall provide professional instructor services with hands-on practical application in their respective discipline in accordance with the Performance Work Statement (PWS), Attachment 1.
Quantity: 1, Unit: JOB, Unit Price:______________, Total Amount: ______________,
Note: Quote shall be an all-inclusive total price (Travel expenses, lodging and meals and other authorized expenses associated with this Journalism Conference)
Provisions and Clauses: The following provisions and clauses apply to this acquisition.
FAR 52.212-1 Instruction to Offerors - Commercial Items (June 2008)
Addendum To FAR 52.212-1
GENERAL INSTRUCTIONS:
QUOTES SHALL INCLUDE THE FOLLOWING INFORMATION:
1. Legal Business Name; Duns & Bradstreet Number (DUNS), Cage Code; Complete Business Mailing Address; Contact Information: Name, Email Address, and Phone extension.
2. A résumé of the proposed professional instructor(s).
a. Full Name, Address and E-mail Address
b. Chronological work experience that substantiates the skills and service(s) being quoted. Reference the Performance Work Statement, Paragraph 3.1 Personal Qualifications.
c. A minimum of three (3) professional references (include email addresses) from professional colleagues familiar with the professional instructor's work and professional reputation.
Note: A sample of Work shall be made available upon request
3. A criminal background check from the state, local, or national government of the proposed professional instructor. Must be translated into English, if applicable.
4. Two letters of reference from previous clients/employers in the same field as the professional instructor.
5. Other items that support the professional instructor's professional portfolio. (e. g. transcripts indicating a degree in a specific discipline, etc.)
6. Any materials/requirements placed upon DoDEA-Pacific participating students shall be identified. (Note: Photography equipment will be provided for the students by the Government.)
7. Price Quote: Reference CLIN 0001. Provide an all-inclusive total price quote to include but, not limited to professional instructor service for the duration of the journalism conference, travel expenses, lodging and meals and other authorized expenses associated with this Journalism Conference. Identity the number of professionals proposed and their role(s); i.e. Broadcast Journalism Production Instructor; Broadcast Journalism Post-Production Instructor; Yearbook Instructor.
8. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Note that registration in the online representations and the certifications website https://www.sam.gov (previously ORCA) fulfills this requirement
Vendors must be actively registered in the System of Award Management (SAM)
Visit: https://www.sam.gov/portal/public/SAM/ for CCR and ORCA registration information.
FAR 52.212-2 Evaluation -- Commercial Items - (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: Technical Capability to meet the Government requirement in accordance with attached Performance Work Statement; Past Performance; and Price. Technical and Past Performance when combined, are equally important when compared to price.
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2012). The contractor shall include a completed copy of this provision with their quote unless completed online.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) applies to this acquisition. The following Clauses are incorporated by Addendum:
a. 52.204-7 System for Award Management
b. 52.232-18 Availability of Funds. Note: Funding is currently not available as the Government anticipates award(s) Subject to the Availability of Funds, pending fiscal year 2014 funding
c. 52.252-2 Clauses Incorporated By Reference (Full Text): The full text of a solicitation provision/clauses may be accessed electronically at the below address(es): FAR: https://www.acquisition.gov/far/; DFARS: http://farsite.hill.af.mil/VFDFARA.HTM
d. 252.204-7004 ALT A, Central Contractor Registration
e. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country
f. 252.222-7002 Compliance With Local Labor Laws (Overseas)
g. 252.225.7041 Correspondence in English
h. 252.225-7043 Antiterrorism/Force Protection Policy For Defense Contractors Outside the United States
i. 252.229.7001 Tax Relief
j. 252.229-7000 Invoices Exclusive of Taxes or Duties (Full Text)
k. 252.232-7008 Assignment of Claims (Overseas)
l. 252.232-7010 Levies on Contract Payments
m. 252.233-7001 Choice of Law (Overseas)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012)
The following are applicable and is cited in the above clause:
FAR 52.222-50 Alt I Combat Trafficking in Persons
FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contactors Debarred
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract
DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Aug 2011)
The following are applicable and is cited in the above clause:
DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
SUPPLEMENTAL INFORMATION FOR DFARS 252.232-7003
WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA)
ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS
IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS, IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Any payment request that is not submitted in electronic form through WAWF WILL BE REJECTED by the Defense Finance Accounting Service (DFAS).
Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. The WAWF Vendor Instructions for Installation and Registration Guide is available online at: http://www.wawftraining.com. Note: The applicable codes will be provided at time of award.
DFAR 252.247-7023 ALT III Transportation of Supplies by Sea
CONTRACTOR MANPOWER REPORTING REQUIREMENTS
"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Defense Education Activity (DoDEA) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: hnp://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/."
(End of clause)
AWARD PROCESS:
The Government expects to award 1 or more firm-fixed price commercial purchase order(s) resulting from this combined synopsis/solicitation to the responsible offeror whose quote represents the best value based on Technical Capability, Past Performance, and Price. Proposal evaluation(s) and award(s) for this acquisition will apply a streamlined approach conducted pursuant to FAR 12.602 and FAR 13.106-2.