Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

X -- Booths - Schedule of Supplies

Notice Date
7/29/2008
 
Notice Type
Schedule of Supplies
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PH178119A002A
 
Response Due
7/30/2008
 
Archive Date
8/14/2008
 
Point of Contact
Christopher D Torres,, Phone: 210-652-5117
 
E-Mail Address
chris.torres@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 12th Contracting Squadron at Randolph AFB has a Sole-Source requirement to purchase items as described in the Description of Supplies. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. The NAICS Code is 541890; size standard $6.5 M. IAW 10 U.S.C. 2304c(1), as implemented by FAR 6.302-1 - Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made in accordance with the following Description of Supplies: DESCRIPTION OF SUPPLIES/SERVICES A. The following items will be provided: CLIN 0001: Description: Exhibit booth space (8' X 10') Qty: Twenty-one (21) B. Period of Performance: 15 Sep 2008 through 17 Sep 2008 JUSTIFICATION The Marriott Wardman Park Hotel and the Omni Sheraton Hotel have been selected to host this year's CSTEA participants. The CSTEA has been scheduled for 10-18 September 2008. Part of the CSTEA plan calls for exhibition displays, a ceremony, and a reception. As participants in the CSTEA program, twenty-one competing CSTEA teams are required to set up exhibition display booths to network and dialogue on their process improvements. The Air Force Association (AFA) has selected the Marriott Wardman Park Hotel to host the AFA National Convention. AFMA planning committee has determined that it is in the Government's better interest to hold the exhibitions, ceremony, and reception portion of the CSTEA program in the same facility where the awards and convention activities are scheduled to take place. The AFA has leased the entire Marriott Wardman Park Hotel for 15-17 September 2008 and has designated areas for exhibitions to be held during the convention at the Hotel. During CSTEA 2008, the AFA is the office of primary responsibility for setting up the AFA National Convention and the sole source for the rental of all areas within the Marriott Wardman Park Hotel. The CSTEA planning committee recommends the AFA National Convention as the source to satisfy the CSTEA requirement. The AFA convention is tailored to the professional requirements of Air Force enlisted, officers, guardsmen, and reservists. Furthermore, it provides AFMA a unique opportunity to promote the CSTEA program in an exclusive environment. The effectiveness, spirit, and moral boost achieved by AFMA's CSTEA Program will deteriorate considerably if AFMA is unable to secure exhibition booths and space as required by the CSTEA program. Market research identified no other vendors providing compatible services within the Marriott/Omni vicinity during the CSTEA scheduled time frame. CONTRACT TERMS AND CONDITIONS: 52.212-1 - Instructions to Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may only be made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation). (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.219-28 - Post Award Small Business Program Rerepresentation 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-34 - Payments by Electronic Funds Transfer - Other Than Central Contractor Registration 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.252-6 - Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008) (Deviation) (48 CFR 2001-O0002/204-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.225-7031 - Secondary Arab boycott of Israel 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levis on Contract Payments 252.243-7001 - Pricing Contract Modifications 252.247-7023 - Transportation of Supplies by Sea 252.247-7023 Alternate III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. WAWF: INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES "INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice." Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer or contracting officer that they're ready to start using WAWF. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a SF 33 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this combined synopsis/solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: Chris Torres, at chris.torres@randolph.af.mil and copied to Linda Johnson at linda.johnson1@randolph.af.mil. All response shall be received NLT 9:00 AM CST on 30 Jul 08. Email is the preferred method. Point of Contact: Chris Torres, Contract Specialist, Phone 210-652-5111, Fax 210-652-2759; Linda Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d761e779e09f838af8ae333e9a9c7566&tab=core&_cview=1)
 
Document(s)
Schedule of Supplies
 
File Name: Schedule B (Schedule B Exhibit Booth.doc)
Link: https://www.fbo.gov//utils/view?id=2275d5dec8c49dbb59cd5fbd32b44ca8
Bytes: 29.50 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: Marriott Wardman Park Hotel, 2600 Woodley Road N.W., Washington, District of Columbia, 20008, United States
Zip Code: 20008
 
Record
SN01625332-W 20080731/080729223511-d761e779e09f838af8ae333e9a9c7566 (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.