Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

U -- Protestant Religious Education Coordinator

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
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-0014
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. All responses to this solicitation (RFQ) must make reference to solicitation number FA2816-05-T-0014. Los Angeles Air Force Base (LAAFB) proposes to procure Protestant Religious Education Coordinator services for an estimated total of 40 hours per month at our San Pedro, CA. location. The Contractor shall provide unit (monthly) and total year pricing for each contract line item number (CLIN). The Contractor shall provide services of Protestant Religious Education Coordinator in accordance with the attached Performance Work Statement (PWS) for CLINs 0001, 0002, 0003, 0004 and 0005. The Contractor shall perform the services in this PWS for the period of 30 September 2005 through 29 September 2006, plus four one-year options to 30 September 2006 through 29 September 2010. Quotes submitted should include price for the basic year and each of the two option years plus a total price for all three. Option years will be awarded based on availability of funds. This solicitation is 100% set-aside for Small Business. The applicable North American Industry Classification System (NAIC) is 813110 with a small business size standard of $6,000,000.00. If selected, the Contractor shall obtain all necessary card, passes, decals or other items required for access to the area in which the work will be performed before beginning service. Interested vendors have ten (10) calendar days from publication of this combined synopsis/solicitation to submit their quote. The quote shall include pricing for each of the five CLINs separately (i.e., one price for 30 Sep 05 ? 29 Sep 06, one price from 30 Sep 06 - 29 Sep 07, etc). Interested vendors are asked to submit capability statements expressing past performance information similar in scope to this initiative and documentation of training (college courses, workshops, and other methods of training), if applicable. Anticipated award date is contemplated as 30 September 2005. The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). To be eligible to receive an award resulting from this quotation the contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov/. A DUNS (Dun and Bradstreet) number is required in order to register. Verification of CCR registration and Tax ID number must accompany your quote. Offeror shall complete the annual representations and certifications electronically at the ORCA website, http://orca.bpn.gov. The provisions at FAR 52.212-1, ?Instructions to Offerors-Commercial Items? and FAR Clause 52.212-2, ?Evaluation-Commercial Items?, applies to this acquisition and addenda are attached; FAR 52.212-3, ?Offeror Representations and Certifications-Commercial Items? applies to this acquisition and a completed copy of the provision should be provided with the offer. Information may be found at http://www.arnet.gov/far. FAR 52.212-4, ?Contract Terms and Conditions-Commercial Items?; DFAR 252.204-7004, ?Required Central Contractor Registration?; FAR 52.233-3, ?Agency Protests? and FAR 52.212.5, ?Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items?, including the following subclauses, 52.222-21, 52.222-26, 52-222-35, 52.222-36, 52-222-37, 52.222-41,52.222-42, 52.222-43. 52.222-44, and 52.232-33 applies to this acquisition. FAR 52.217-9 ?Option to Extend the Term of the Contract?, and 52-232-19 ?Availability of Funds for the Next Fiscal Year? also apply to this acquisition. The aforementioned addenda are not attached with the exception of FAR 217-9 ?Option to Extend the Term of the Contract? Addendum: (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor a preliminary written notice of its intent 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 3 years, 6 months. FAR 52.212-2, Evaluation ? Commercial Items Addendum: (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: The ability of the Offeror to meet the agency delivery requirements and price are the significant evaluation factors, and the ability of the Offeror to meet the agency delivery requirements is more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). All responsible sources may submit an offer, which will be considered. Oral communication is not acceptable in response to this Synopsis/RFQ. Mail or deliver quote to 61 CONS/LGCB 2420 Vela Way, Suite 1467, Los Angeles AFB, El Segundo CA 90245; call (310) 363-2382 or fax quote to (310) 363-1312, ATTN: Yvette S. Byrd or by email to Yvette.Byrd@losangeles.af.mil.
 
Place of Performance
Address: Los Angeles Air Force Base (LAAFB), 2420 Vela Way, Suite 1467, El Segundo, CA.
Zip Code: 90245
Country: U.S.A.
 
Record
SN00889130-W 20050909/050908033653 (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.