Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

U -- AEROBICS INSTRUCTOR SERVICES FOR LOS ANGELES AFB

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 2420 VELA WAY Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
FA2816-05-T-0005
 
Response Due
3/21/2005
 
Archive Date
5/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Commercial Purchase in accordance with FAR Part 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-05-T-0005. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26, 19 January 2005 and Class Deviation 2005-o0001. The North American Industry Classification System (NAICS) code 713940 with a size standard of $6,000,000.00. This solicitation is 100 percent set-aside for Small Business concerns. In accordance with FAR Part 12, the Contractor shall provide pricing for CLIN 0001, 1248 hours of Aerobics Instructor Services in accordance with the enclosed Statement of Work (SOW). The Wage Determination No. 1994-2047, Rev 25, 17 June 2004, is also enclosed. This acquisition will be a firm-fixed price. The contractor shall provide all personnel, labor, music selections, fitness routines and transportation to conduct an aerobics program at the Los Angeles Air Force Base (LAAFB) Fitness Center, El Segundo, CA and Fort MacArthur Fitness Center, San Pedro, CA. The period of performance will be for one year after the contract start date. The list of appropriate provisions and clauses is included. For full text of a provision or clause, the following website is provided: http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM. The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors Commercial Items (Jan 2004), applies to this acquisition. In accordance with FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999), 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. The Government may award a contract on the basis of initial offers received without discussions. Therefore, each offer should contain the best prices for the services the Government is purchasing. All offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (May 2004) and register at the On-Line Representations and Certifications Application (ORCA) located at http://orca.bpn.gov, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), applies to this acquisition and any addenda to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2004) (Deviation), applies to this acquisition. The following clauses at FAR 52.204-8, Annual Representations and Certifications (Jan 2005); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2003) are applicable to this acquisition. To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number will be acquired from the website: http://www.dnb.com/. Verification of CCR registration and Tax ID number must accompany your quote. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The Contractor shall complete all the above forms/attachments as directed and return to 61 CONS/LGCB. The completed RFQ with the required attachments shall be submitted by 12:00 noon, Pacific Standard Time, 21 March 2005. They will be accepted by mail at: 61 CONS/LGCB, ATTN: Bella Hunter, 2420 Vela Way, Suite 1467, El Segundo, CA 90245-4659; but must be received by the time requested above. RFQs will also be accepted by FAX to: 310-363-1312. Oral communication is not acceptable in response to this combined Synopsis/Solicitation. Questions may be directed to Bella Hunter, (310) 363-2188 or Ms Lavern Wirrie, (310) 363-5083.
 
Place of Performance
Address: 61 CONS/LGC, 2420 VELA WAY, SUITE 1467, EL SEGUNDO, CA
Zip Code: 90245
Country: USA
 
Record
SN00766936-W 20050313/050311212001 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.