Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

U -- Testing Examiner

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
TEXDPEE071406
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
TESTING SPECIALIST/TEST EXAMINER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation response date ends 28 July 2006; all solicitations must be received on or before this date. The Government intends to award five contract line item numbers (CLIN 1001) for the base period, (CLIN 2001) for the 1st Option year, (CLIN 3001) for the 2nd Option year, (CLIN 4001) for the 3rd Option year, and (CLIN 5001) for the 4th Option year for a Testing Specialist/Test Examiner for Education Services at Kirtland Air Force Base. Bids should address the Base Year and each of the four Option Years. 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 in accordance with FAR 52.212-2 Evaluation-Commercial Items (Jan 1999): i. price, ii. Technical capabilities/educational experience, iii. and past performance. Technical capabilty/education experience and past performance are approximately equal to price during evaluation. A resume is required with the bid proposal. This is a Services Non-personal requirement. The Statutory Exemption of the Services Contract Act of 1965 in accordance with FAR 22.1003-3 applies. Contractor shall perform duties in accordance with the attached Statement of Work (SOW). Maximum allowable hours for one year are approximately 771 hours. Unit price quoted must include all applicable taxes. Payment will be made by IMPAC Convenience Checks. The award period will be for one year starting 1 October 2006 through 30 September 2007, with four Option years. Proposals must not expire prior to 1 October 2006. The following provisions and clauses apply to this procurement: Clauses Incorporated by Reference (http://farsite.hil.af.mil): 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); and 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (NOV 2003). Clauses Incorporated by Full Text: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2005), (5)(i); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(U.S.C. 644); 52.222-3 Convict Labor (JUN 2003)(E.O. 11755); 52.222-21 Prohibition of Segregated Facilities (FEB 1999; 52.222-26 Equal Opportunity (AOR 202)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.232-18 Availability of Funds (APR 1984); ; 52.232-36 Payment by Third Party (MAY 1999)(31 U.S.C. 3332); FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); and FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984): Funds are not presently available for performance under this contract beyond 30 Sep 2006. The Government?s obligation for performance of this contract beyond that date is contigent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 Sep 2006, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. DFARs Clauses Incorporated by Reference: DFAR Clauses-252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2005), and 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2005)(41 U.S.C. 10a-10d, E.O. 20582). POC: Lucille A (LuAnn) Gadberry, ph (505)846-2201, fax (505)846-4262, or email lucille.gadberry@kirtland.af.mil.
 
Place of Performance
Address: 377 CONS/LGCA, 2000 Wyoming Blvd SE, Bldg 20604, Rm B-18, Kirtland AFB, NM
Zip Code: 87117-5606
Country: UNITED STATES
 
Record
SN01089380-W 20060716/060714220935 (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.