Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

U -- Protestant Religious Education Coordinator

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, CA, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-06-T-0018
 
Response Due
8/23/2006
 
Archive Date
9/7/2006
 
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 services 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 FA2816-06-T-0018. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, 4 August 2006 and Class Deviation 2005-00001. The North American Industry Classification System (NAICS) code 813110 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 contract line item numbers CLIN 0001, 0002, 0003, 0004, and 0005. CLIN 0001 states the contractor shall furnish all personnel, equipment, labor, tools, materials, and services necessary to perform Protestant Religious Education Coordinator services for the 61st Air Base Wing (61ABW), Los Angeles Air Force Base, El Segundo, California in accordance with the attached Performance Work Statement (SOW) dated 21 August 2006. The Period of Performance of CLIN 0001 is 30 September 2006 through 29 September 2007. CLIN 0002 is option year one with a Period of Performance of 30 September 2007 through 29 September 2008. CLIN 0003 is option year two with a Period of Performance of 30 September 2008 through 29 September 2009. CLIN 0004 is option year three with a Period of Performance of 30 September 2009 through 29 September 2010. CLIN 0005 is option year four with a Period of Performance 30 September 2010 through 29 September 2011. The Wage Determination No. 94-2047, (Rev 28) 23 May 2006, is also enclosed. This acquisition will be firm fixed price. The contractor shall furnish all personnel, equipment, labor, tools, materials, and services necessary to perform Protestant Religious Education Coordinator services for the 61st Air Base Wing (61 ABW), Los Angeles Air Force Base, El Segundo, California. The work location is on Fort MacArthur (Bldg 425) in San Pedro, California. The period of performance will be for one year from the contract start 30 September 2006 through 29 September 2007, plus four one-year options to 29 September 2011. 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/. The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors Commercial Items (Jan 2004) applies to this acquisition. The list of appropriate provisions and clauses are attached. 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. 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 lowest price offeror meeting all the terms and conditions of the solicitation. The Government may award a contract on the basis of initial offers received without discussions. Therefore, each initial offer should contain the best terms and provide the Government the best possible service end product. 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), with its offer and register at the On-Line Representations and Certifications Application (ORCA) located at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003), applies to this acquisition and no addenda apply. 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 52.217-8, Option to Extend Services (11/99); FAR 52.217-9, Option to Extend the Term of the Contract (3/2000); FAR 52.222-3, Convict Labor (June 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) see attached local clause CONS 5 WAWF; 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); Defense FAR Supplement (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 61CONS/LGCA. The completed RFQ with the required attachments shall be submitted by 12:00 noon, Pacific Standard Time, 29 August 2006. They will be accepted by mail at: 61CONS/LGCA, ATTN: David Diniz, 483 N. Aviation Blvd., El Segundo, CA 90245-2808 but must be received by the time requested above. RFQs will also be accepted by FAX to: 310-653-5376. Email will also be acceptable at david.diniz@losangeles.af.mil and joseph.groth@losangeles.af.mil. Oral communication is not acceptable in response to this Synopsis/Solicitation. Questions may be directed to David Diniz, (310) 653-5389 or Mr. Joseph Groth, (310) 653-5400.
 
Place of Performance
Address: 483 N. Aviation Blvd., El Segundo, CA
Zip Code: 90243-2808
Country: UNITED STATES
 
Record
SN01122176-W 20060824/060822221342 (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.