Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

G -- Traditional Choir Director

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
FA4486-06-T-0005
 
Response Due
4/7/2006
 
Archive Date
4/22/2006
 
Description
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. The reference number is FA4486-06-T-0005 and this solicitation is issued as request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The associated NAICS code is 711130. Period of Performance: 1 May 2006 through 30 September 2006 with the option to extend for 1 year, 1 October 2006 through 30 September 2007 - (FOB Destination) Statement of Work and Bid Schedule are posted as attachments to this synopsis/solicitation. FUNDS FOR THIS REQUIREMENT ARE NOT CURRENTLY AVAILABLE AND MAY NOT BECOME AVAILABLE. ALL COSTS INCURRED AS A RESULT OF PROVIDING A QUOTATION / PROPOSAL ARE AT THE CONTRACTOR'S OWN EXPENSE. IF YOU CHOOSE TO PROVIDE A QUOTATION / PROPOSAL, PLEASE GUARANTEE PRICING UNTIL MIDNIGHT AS OF MAY 1, 2006 (LOCAL TIME). The following provisions and clauses apply to this acquisition and the full text of these clauses and provisions may be viewed at the following web site: http://farsite.hill.af.mil The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price offer. The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items with their offer. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. The following clauses also apply to this acquisition; 52.212-4 Contract Terms and Conditions?Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Alt A Required Central Contractor Registration; 252.232-7009 Payment by Electronic Funds Transfer (CCR) 5352.225-9102, 52.232-18 Availability of Funds, 252.232-7003 Electronic Submissions of Payment Requests, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of Contract. All proposals shall be clearly marked with the offerors name and the above referenced number. 5352.225-9100 Submissions of Offers in other than United States Currency. As prescribed in USAFE 5325.11110, insert the following provision in solicitations: SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (USAFE) (APR 2002) (a) Offers may be submitted in United States dollars or currency common to the contractor's location. Offers made in any other currency shall be considered nonconforming and non-responsive. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the official United States Government Finance and Accounting Office dispersing rate in effect on the date set for receipt of initial offers. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the official United States Government Finance and Accounting Office disbursing rate in effect on the date set for receipt of initial offers. (End of Provision) (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) Addendum 52.212-1 ? Instructions to Offerors The offeror will need to submit the following items with their quote: 1) Complete bid schedule, and any/all amendments 2) Resume to demonstrate qualifications and experience in accordance with the Statement of Work. Addendum ? Evaluation Factors 1. Quotes will be evaluated in accordance with FAR 13.106-2 and 15.101-2, which will be based on lowest price technically acceptable. A comparative evaluation between offers will be conducted. 2. The basis for award will be determined by the lowest evaluated price of proposals meeting or exceeding the acceptability requirements in the statement of work. The Government will award the contract to the offeror who represents the ?Best Value? in terms of acceptability and price. PRICE The proposed price will be evaluated to determine if it is reasonable and complete. It will also be evaluated to determine the offerors understanding of the contract requirements as expressed by the solicitation. Unreasonably low or high prices may be rejected. The Government reserves the right to award to other than the lowest priced offeror. QUALIFICATIONS Qualifications for the purpose of this solicitation shall be evaluated to determine the acceptability of each offer. Acceptability of qualifications will be based on but not limited to the submission of a resume that demonstrates the offer meets or exceeds the requirements as stated in the Statement of Work. Each offeror shall be evaluated based on but not limited to the information provided with their quote. The government reserves the right to obtain information from any source available. BEST VALUE If the offeror providing the lowest price is considered most qualified that offeror can be determined the ?Best Value?. However, if there are offerors having a higher price and are considered more qualified the contracting officer will a make a subjective decision as to whether or not it is worth paying a higher price. FULL PACKAGE WILL BE UPLOADED. INTERESTED PARTIES ARE RESPONSIBLE REVIEWING AND PRINTING OF ALL DOCUMENTS.
 
Place of Performance
Address: Lajes AB, ,
Zip Code: 09720
Country: Portugal
 
Record
SN01010698-W 20060322/060320214615 (fbodaily.com)
 
Source
FedBizOpps 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.