Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
DOCUMENT

R -- Volunteer Resource Program Manager - PWS - RFQ

Notice Date
7/9/2008
 
Notice Type
RFQ
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3108172A001
 
Archive Date
7/25/2008
 
Point of Contact
Joseph P. Borello, Phone: 813-828-1672, Michael W. Wilson,, Phone: 813-828-7467
 
E-Mail Address
joseph.borello@macdill.af.mil, michael.wilson4@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 (F2V3108172A001) 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 2005-26. 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 perform Volunteer Resource Program Manager for the MacDill AFB Airman and Family Readiness Center in accordance with the Performance Work Statement (PWS) dated 09 July 2008. The CLIN structure along with the PWS will be uploaded to this website as an attachment to this combined synopsis/solicitation and can be downloaded once it is posted. All offers shall include pricing for a base period of (2) months and four option years. The North American Industry Classification System code (NAICS) is 561210, and the size standard is $32.5 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, Evaluation-Commercial Items offers will be evaluated based on total price to include all option years. 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, 52.232-19, Availability of Funds for the Next Fiscal Year, 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 50 months with the possibility of extending services up to 6 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: Electronic Submission of Payment Request. 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 on 24 Jul 2008 by 10:00 AM EST. Submit offers or any questions to the attention of SSgt Joseph P. Borello at phone 813-828-1672, fax 813-828-3667, or email at joseph.borello@macdill.af.mil or you may contact Mr. Michael Wilson at phone 813-828-7467 or email Michael.wilson@macdill.af.mil. Offerors who fail to complete and submit the requirement above may be considered as non-responsive.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c56859c7bf1c491eec1b2f5d8eda7816&tab=core&_cview=1)
 
Document(s)
RFQ
 
File Name: Performance Work Statement (PWS for MSS VRP - (2).DOC)
Link: https://www.fbo.gov//utils/view?id=66bf894cf6ec6cce2aea97b454281701
Bytes: 114.50 Kb
 
File Name: RFQ (RFQ, w options.doc)
Link: https://www.fbo.gov//utils/view?id=84261b98981f15ae9911e032220f6b44
Bytes: 32.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2306 FLORIDA KEYS AVE, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01610368-W 20080711/080709222801-c56859c7bf1c491eec1b2f5d8eda7816 (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.