Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

G -- Catholic Priest Services

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2V05572500001
 
Response Due
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The 6th Contracting Squadron at MacDill AFB, Fl, is contemplating an award of a Catholic Priest for MacDill AFB. (i) 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. (ii) This solicitation F2V05572500001 is being issued as a Request for Quotation. (iii) This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-19 effective 17 Aug 2007. (iv) This requirement is being set-aside 100% for Small Businesses (SB) under North American Industry Classification System code (NAICS) is 813110. The small business size standard is $6.5 Million. (v) Contract Line Item Number (CLIN) 0001: Contractor Shall provide all personnel, labor and transportation necessary to provide Catholic Priest services in accordance with the subject Performance Work Statement (PWS) dated 05 Sep 2007. Access to The Pricing schedule and PWS will be available after this notice has been uploaded by amendment. (vi) Purpose: To provide non-personal services as a Catholic Priest for the MacDill AFB, community. Services are to be provided as required from 29 Sep 2007 through 28 Sep 2008 Base year. All offers shall include pricing for the base year and four option years. Quotes must list the DUNS number, CAGE code, and Federal TIN. The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items is applicable. This is a competitive Best Value combined synopsis/solicitation in which competing offerors technical acceptability will be evaluated on a basis approximately equal to price (including options). Any award resulting from this notice will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 52.212-3, Offeror Representation and Certification Commercial Items. The clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this solicitation. The clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation). 52.217-5, Evaluation of Options, 52.217-8 Option to Extend Services, The Government may require continued performance of any services within the limits and at the rates specified in the contract. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the expiration of the current period of performance.52.217-9, Option to Extend the Term of the Contract (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. The clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition and are incorporated as follows: 252.225-7001 Buy American Act and balance of Payments Program, 252.232-7003 Electronic Submission of Payment Request. All invoicing and payments shall be accomplished through Wide Area Work Flow. Offerors must submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have completed them at https://orca.bpn.gov/. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. Offers are due no later than 14 September 2007 at 12:00PM EST. Submit offers or any questions to the attention of Mr. Ron Music at phone 813-828-4784, fax 813-828-3667, or email at ronald.music-02@macdill.af.mil. Offerors who fail to complete and submit the requirement above may be considered non-responsive.
 
Place of Performance
Address: 6th Air Mobility Wing, 2606 Brown Pelican Ave., MacDill Air Force Base, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01398924-W 20070909/070907221716 (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.