Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
MODIFICATION

R -- Catholic Service Musician

Notice Date
1/8/2008
 
Notice Type
Modification
 
NAICS
711130 — Musical Groups and Artists
 
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-F2V0557337A901
 
Response Due
1/10/2008
 
Point of Contact
Jamie Calcasola, Contract Specialist, Phone 813-828-1377, Fax 813-828-3667
 
E-Mail Address
jamie.calcasola@macdill.af.mil
 
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. This solicitation (F2V0557337A901) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-21. This requirement is being set-aside 100% for Small Business. The item description is as follows: Contractor will provide all labor, tools and materials necessary to provide a catholic musician in accordance with the Performance Work Statement (PWS) dated 11 Dec 2007. The Pricing Schedule with CLIN structure along with the PWS will be uploaded to this website as an amendment to this combined synopsis/solicitation and can be downloaded once it is posted. All offers shall include pricing for a base year and four option years. The North American Industry Classification System code (NAICS) is 711130, and the size standard is $6.5 MIL. 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, (a) 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) Technical capability as described in the PWS, Note: Technical capability is approximately equal when compared to price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 (August 2007) (Deviation). 52.232-18, Availability of Funds, 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services (NOV 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. 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 applies 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. Offerors must submit with their offers: 1) Pricing Schedule, 2) Completed Representations and Certifications as required in FAR 52.212-3 (accessible at the Air Force FAR Site, http://farsite.hill.af.mil), 3) Candidate Resume and qualification requirements specified in the PWS. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. Offers are due on 10 January 2008 by 10:00 AM EST. Submit offers or any questions to the attention of A1C JAMIE CALCASOLA at phone 813-828-7492, and SSGT NICOLE TAYLOR at phone 813-828-7479, fax 813-828-3667, or email at jamie.calcasola@macdill.af.mil, and nicole.taylor@macdill.af.mil. Offerors who fail to complete and submit the requirement above may be considered non-responsive.
 
Place of Performance
Address: MacDill AFB, Fl
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01480811-W 20080110/080108223751 (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.