Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
MODIFICATION

R -- Education Office Staffing

Notice Date
7/26/2005
 
Notice Type
Modification
 
NAICS
561310 — Employment Placement Agencies
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-05-R-0014
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO POST REVISED PRICE LIST AND TO ESTABLISH A NEW RESPONSE DATE. THE NEW RESPONSE DATE IS 1 AUG 2005 NO LATER THAN 4:30. This is a 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 SOLICITATION. * * * Quotations are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number FA4418-05-R-0014 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The associated NAICS code is 561310 with $6,000,000.00 size standard. Offerors shall include all costs on the attached price schedule, Attachment 1. All responsible sources may submit a quotation, which shall be considered by the agency. The agency need is for (1) Education Advisor, (1) Test Administrator and (1) Computer Support Specialist in accordance with the attached Statement of Work (SOW), Attachments 2, 3, and 4. Individuals are encouraged to submit a quote. Place of performance is Charleston AFB, SC. The contract period is for a base year pluse four (4) one year options. Offerors shall provide as a response to this solicitation: (1) a resume detailing relevant training and experience; (2) a list of at least three recent and relevant job references (3) a completed price schedule, Attachment 1 and (4) completed FAR Clause 52.212-3. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. Evaluation procedures outlined in FAR Part 12 and 13.5 shall apply to this acquisition. The following factors shall be used to evaluate offers: (1) Past performance and (2) Price. The Government will evaluate offers for award purposes for the total price for the requirement. Past performance is significantly more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. FAR 52.212-3 Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; The following additional clauses/provisions are applicable to this procurement: FAR 52.204-7 Central Contractor Registration; FAR 52.237-7 Indemnification and Medical Liability Insurance; FAR 52.253-1 -Computer Generated Forms; FAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; FAR 252.225-7002 Qualifying Country Sources as Subcontractors; DFAR 252.204-7003 -Control Of Government Personnel Work Product; DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414; DFAR 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award; DFAR 252.246-7000 -Material Inspection And Receiving Report; AFFARS 5352.242-9001 Background Checks for Contractor Personnel Requiring Entry/Access to Installations/Locations. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 18 July 2005 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FA4418-05-R-0014 and addressed to Jacqueline Brown, Contract Specialist, Phone 843-963-5166, fax 843-963-5183, email address Jacqueline.brown@charleston.af.mil or Gregg A. Anderson, Contracting Officer, Phone 843-963-5156, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN00854854-W 20050728/050726212227 (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.