Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

G -- Family Services Coordinator

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4620-07-Q-A003
 
Response Due
1/3/2007
 
Archive Date
1/18/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE OFFER DUE DATE. Solicitation FA4620-07-Q-A003 is issued as a request for quote, utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. NAICS Code is 624190. Small business size standard is $6.5M. This is a Service-Disabled Veteran-Owned small business set-aside. Unit Small Business Specialist is Ms. Marion Nelson (509) 247-4880; link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov: link to unit public information: http://www.fairchild.af.mil/lgcons. The contractor shall serve as the Family Services Coordinator at Fairchild AFB, WA. A Requirements-type contract is contemplated and will cover the period 1 Feb 07 thru 30 Sep 07 with two option years. There is a price cap of $33,000.00 per year for this contract. The following attachments are incorporated as part of this solicitation and can be downloaded at link: http://www.fbo.gov. 1) Pricing Schedule, 2) Statement of Work, 3) Wage Determination No. 2005-2565 Rev (1) Area: WA, Spokane, 4) Wide Area Work Flow Instructions and 5) Base Access Procedures. Submission of Quotes: Quotes may be faxed to Sandy Barnes at (509) 247-8685 or mailed to the above address. Submit the following items with the quotations: 1) Pricing Schedule, 2) Completed Representations and Certifications as required in FAR 52.212-3 (accessible at the Air Force Site, http://farsite.hill.af.mil) and 3) Proof of qualifying work experience and at least two references for same or similar-type work performed within the previous three years. Offers are due by 3 Jan 2007 no later than 2:00 P.M. Anticipated award date is 10 Jan 2007. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the best value to the government based on the following factors: 1) price and 2) past performance], and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2006). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.216-1 Type of Contract (Apr 1984) [the fill-in is ??Requirements], and FAR 52.217-5 Evaluation of Options (Jul 1990). The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006), FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Sep 2006), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2005), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2006) under para (b), the following clauses are incorporated: (13) FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside (May 2004) (14) FAR 52.222-3 Convict Labor (Jun 2003) (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (17) FAR 52.222-26 Equal Opportunity (Apr 2002), (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Sep 2006), (19) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), (26) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), (31) 52.232-33 Payment by Electronic Funds Transfer ? Commercial Items (Oct 2003); under para (c), the following clauses are incorporated: (1) FAR 52.222-41 Service Contract Act of 1965 as amended (Jul 2005), (2) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989). [Equivalent Rate applicable to this acquisition is Family Services Clerk, $13.58 per hour plus or minus 30% fringe benefits], (3) FAR 52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Nov 2006). FAR 52.216-18 Ordering (Oct 1995) [the fill-ins for paragraph (a) are from ?1 Feb 2007 through 30 Sep 2007.] FAR 52.216-19 Ordering Limitation (Oct 1995) [the fill-in for paragraph (a) is 40 hours, paragraph (b)(1) is 1,500 hours (b)(2) is 1,500 hours (b)(3) is 365 days and (d) is 5] , FAR 52.216-21 Requirements (Oct 1995) [the fill-in for paragraph (f) is 30 Sep 2007], FAR 52.217-8 Option to Extend Services (Nov 1999) [the fill-in is 30 Days], FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) [the fill-in for paragraph (a) is 60 days and paragraph (c) is 3 Years, 2 Months], FAR 52.232-18 Availability of Funds (Apr 1984), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006); under para (b), the following clauses are incorporated: (17) DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006), (20)(i) DFAR 252.247-7023 Transportation of Supplies by Sea (May 2000) (iv) (Alt III) (May 2000), and (21) DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000); DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), AFFARS 5352.201-9101 Ombudsman (Aug 2005) [the fill-in for paragraph (c) is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil], AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002).
 
Place of Performance
Address: Fairchild AFB, Washington
Zip Code: 99011
Country: UNITED STATES
 
Record
SN01195828-W 20061215/061213220735 (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.