Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

G -- B-25

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St, Bldg 216, Shaw AFB, South Carolina, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA480308QA257
 
Archive Date
8/26/2008
 
Point of Contact
Aaron M Adams, Phone: 803-895-5355
 
E-Mail Address
aaron.adams@shaw.af.mil
 
Small Business Set-Aside
Partial HBCU
 
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. The solicitation number for this procurement is FA4803-08-Q-A134 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24. For informational purposes the North American Industry Classification System code is 711510 -- Independent Artists, Writers, and Performers. This acquisition is Full and Open Competition. This is a firm-fixed price procurement, and will be procured using commercial item procedures and award selection will be made based on price. 1. Scope of Work. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services to provide aircraft demonstration and static display. The contractor shall perform to the standards in this SOW. a. Contractor. The contractor hereby agrees to provide a B-25 aircraft demonstration at Shaw AFB, SC AirFest 2008 within the limitations prescribed by RAA Regulation Waiver (FAA Form 7711-1) on dates specified of this SOW provided weather, mechanical and site conditions permit and allow aircraft to be used as static display when not in flight. b. Performance. Contractor shall fly one aerobatic performance per day as requested by AirFest director. This performance will comprise an airshow aerobatic routine between 10-30 minutes or heritage type fly-by as desired by the AirFest director. Contractor agrees to coordinate the exact amount of time for his performance with the AirFest director 30 days prior to the event. Fees for additional performances will be quoted in the contractor's original price quote (for example: additional routines will cost $xx.xx). Contractor shall determine if weather conditions will allow any conduct of any flight along with concurrence by airboss and AirFest director. c. Compensation. The Government hereby agrees to compensate the Contractor at the rate specified. Advance payment is not authorized, nor will the Government pay a deposit. If the Contractor is on site and ready to perform, but cannot perform due to circumstances outside his/her control the Contractor will be paid percentage of the performance fee, pending on amount of performance. If the Contractor is physically unable to perform and cannot perform for any reason, other than stated above, 100% of the fee or a percentage portion commensurate with the amount of specified number of airshow days not performed will not be paid. d. Donation. Based on Air Force policy, the contractor shall not solicit donations as additional compensation from the public on an Air Force Installation. Air Force shows are free to the public and charge no admission. The Contractor may not display or present any signage or person charge for an admission fee in any way, shape or form to tour an aircraft display. e. Airshow Dates. The ShawFest airshow will start on Friday, 5 September 2008 and continue through Saturday, 6 September 2008. Contractor will arrive by Friday, 5 September 2008 NLT 1400L to help with local promotions and media support. f. Contractor Liability Insurance. The Contractor declares that they will maintain personal liability insurance with limits on one million dollars ($1,000,000.00) per aircraft/occurrence for bodily injury or property damage. Civil Aircraft Certificate of Insurance (DD Form 2400) to provide evidence of the above coverage will be required. If the Contractor has a current USAF landing permit, that will suffice as proof of insurance. Civil Aircraft landing permit (DD Form 2401) and Civil Aircraft Hold Harmless Agreement (DD Form 2402) will also be required at that time. These forms are also not required if the Contractor has a current USAF Landing permit. Period of contract performance starts upon receipt of the DD Form 2400, 2401 and 2402 or upon verification that the Contractor has a current USAF landing permit. g. Fuel. The Contractor will not include a fee for fuel or oil. The Government will provide aviation fuel (100LL), as required for the performance, and top off following final performance. Pre-determined limits for top off and engine oil will be coordinated by AirFest director and Contractor NLT 30 days prior to the event. h. Lodging. The Contractor will not include a fee for lodging. Rooms will be provided by Shaw AFB, SC. i. Transportation. The Contractor will not include a fee for ground transportation. Shaw AFB will provide vehicle(s) upon arrival and for the duration of Shaw AFB AirFest 2008. j. Ramp Security. The Government will provide ramp security for all aircraft. Aircraft security on the parking ramp will be provided during all hours day and night for the duration of the event. Crowd control will be provided by the Government such that the show aircraft is protected from spectators at all times while at the show site. k. Mileage. Mileage will be included in the contract price. l. Deposits. The Government will not pay any deposits. All costs will be inclusive and paid in one lump sum. Payment will be made within 30 days of receipt of invoice and material inspection and receiving report (DD-250). m. Government Contractor. The Contractor and his/her employees will perform services under this contract in accordance with the terms and conditions of this contract including the SOW as a Contractor and not as a Government agent or employee or joint venture. The Contractor and employees are employed to render professional aviation services only, and any payment made by the Government is compensation solely for such services rendered. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (MAR 2007) (Alternate I) (OCT 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: Ray.Carpenter@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Rerepresentation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (NOTE: REMEMBER TO INCLUDE BRAND NAME JUSTIFICATION IF APPLCIABLE) Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-5339 or by e-mail to aaron.adams@shaw.af.mil, or mailed to the attention of A1C Aaron Adams at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3d79b58b53e239c9e4c88d10e24c7514&tab=core&_cview=1)
 
Place of Performance
Address: 321 Cullen St., Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01630119-W 20080806/080804221324-3d79b58b53e239c9e4c88d10e24c7514 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.