Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
MODIFICATION

R -- Air Force Science and Engineering Fair Program - Statement of Work ATTACHED

Notice Date
8/31/2007
 
Notice Type
Modification
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4FBAM7199A001
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. No paper copies of this notice will be provided. Solicitation Number F4FBAM7199A001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). NOTICE: This RFQ is restricted to SMALL BUSINESSES under NAICS Code 561910, size standard $6.5M. This RFQ has one line item, providing non-personal services and materials in accordance with ATTACHED Statement of Work (SOW). The period of performance is 1 October 2007 through 30 September 2008 with four one-year option periods, and is firm fixed price. The general scope of services includes storing, packaging, and shipping materials to science and engineering fair recruiting stations and event participants. Materials identified in the SOW include both contractor and Government-furnished items that may require sorting and must be accurately accounted for. Additional specific activity and summary progress reporting by the contractor as stated in the SOW is also required. Evaluation will be based on overall best value. The binary evaluation factors are price, technical experience/capabilities, and past performance. The Government shall make a complete evaluation and appraisal of the offering with regard to understanding of the requirements in accordance with ATTACHED Statement of Work (SOW) and supplemental information included in this notice. Quotations shall identify the following: 1) base year period of performance value and each option year value (separately priced), and 5) total contract value. All information identified in the quote must be reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. The following Provisions apply to this acquisition: 52.212-1, Instructions to Offerors ? Commercial Items; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-3, Contractor Representations and Certifications; 52.217-5, Evaluation of Options; 52.252-1, Solicitation Provisions Incorporated by Reference (fill-in http: http://farsite.hill.af.mil); and 52.252-5, Authorized Deviations in Provisions (fill-in DFARS, Chapter 2). A copy of FAR Clause 52.212-3, Contractor Representations and Certifications - Commercial Items must be completed and submitted with quotation. Electronic copies are available at https://orca.bpn.gov/. The following Solicitation Clauses also apply to this acquisition and are hereby incorporated: 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items with the following clauses: X 52.219-6, Notice of Total Small Business Aside; X 52.222-3, Convict Labor; X 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; X 52.222-21, Prohibition of Segregated Facilities; X 52.222-26 Equal Opportunity; X 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; X 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.232-18, Availability of Funds; 52.247-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference (fill-in: http: //farsite.hill.af.mil); 52.252-6, Authorized Deviation in Clauses (fill-in: DFARS, Chapter 2); 252.204-7003, Control of Government Work Personnel; 252.204-7004, Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following clauses: X 252.225-7001, Buy American Act and Balance of Payments Program; X 252.232-7003, Electronic Submission of Payment Requests; 5352.201-9101 Ombudsman (fill-in: Ms Debra Haley, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB OH 45433-7404 Tel. 937 255-5315, Fax 937 656-7540, e-mail: debra.haley@wpafb.af.mil); 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (fill-in: Not authorized); and 5253.245-9000, Government Furnished Property (fill-in: destination, As identified in Statement of Work for Support of the Air Force Science and Engineering Fair Program) is also included. The full text of all FAR, DFARS, and AFFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition and invoices shall be submitted quarterly after performance. Contractor must be registered in CCR prior to award. By submission of a quote, the contractor acknowledges the requirement that awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Government will make an award from this Request for Quotation (RFQ) to a responsible contractor whose offer is most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this notice is Mr. Jeff Jacob, 937 522-4646. Quotations can be e-mailed to jeffrey.jacob@wpafb.af.mil or faxed to 937 656-1412 Attn: Jeff Jacob with subject line RE: AF SCIENCE and ENGINEERING FAIR. No special format or form is required for your quote; however, only complete quotations with separately priced period of performance values shall be considered. ALL INFORMATION IS DUE BY CLOSE OF BUSINESS 7 SEPTEMBER 2007.
 
Place of Performance
Address: AFRL/XPTC, 2275 D Street, Bldg. 16, Area B, Wright-Patterson AFB OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01392196-W 20070902/070831221253 (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.