Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

U -- Cheerleading Camp - Cheerleading Camp SOW

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2CFVS9078A004
 
Archive Date
4/15/2009
 
Point of Contact
Lynn N Fujimoto, Phone: (808) 448-2946, Kimberlee R Tracy,, Phone: (808) 448-2953
 
E-Mail Address
lynn.fujimoto@hickam.af.mil, kimberlee.tracy@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Cheerleading Camp SOW This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is not to be construed as a commitment by the Government. All information to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number F2CFVS9078A004. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-32, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009-0115 and Air Force Acquisition Circular (AFAC) 2009-0318. This is a commercial acquisition and it is a 100% Total Small Business Set-aside ; all responsible small businesses may submit a quote. The applicable NAICS code is 611620 and the small business size standard is $7.0 million. This RFQ contains one (1) line item on a firm fixed price basis. The line item is as follows: Item 1: The contractor shall develop a Cheerleading Camp. See the Statement of Work (SOW) for further details. Qty: 8; Unit of Issue: Each (EA); and Unit Price: $ _________. The period of performance is from 26 May - 28 Aug 09. All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Feb 2009) (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Jan 2009) is included with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hours, Hawaii Standard Time (HST), Tuesday, 14 May 2009. Submission may be made via email to lynn.fujimoto@hickam.af.mil, or via facsimile at 808-448-2911. Quotes must reference the solicitation number. (b)(4) Reference paragraph 1.1 and 3.3 of the attached statement of work (SOW) for submission requirements and SECURITY TERMS AND CONDITIONS. This information will be forwarded to the Using Activity for evaluation to determine if the contractor is capable of meeting the Government's requirement. Note: SECURITY TERMS AND CONDITIONS ARE APPLICABLE TO WORK ON HICKAM AFB, HAWAII ONLY. (g) Basis of Award. Award shall be made on the basis of price and other factors, e.g., past performance and quality. (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror is not registered in the CCR database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009) and ALT I (Apr 2002). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2009), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Rerepresentation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this acquisition along with the following addenda: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) and ALT II (Mar 2000) The following DFARS clause also applies: 252.232-7010, Levies on Contract Payments (Dec 2006)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fad51d84c49cd3576778ba4d5200293f&tab=core&_cview=1)
 
Place of Performance
Address: The place of delivery and acceptance is at the following eight (8) locations: Andersen AFB (Yigo, Guam); Eielson AFB (Fairbanks, AK); Elmendorf AFB (Anchorage, AK); Hickam AFB (Honolulu, HI); Osan AB (Pyeongtaek City, South Korea); Kadena AB (Okinawa, Japan); Misawa AB (Misawa, Japan); and Yokota AB (Tokyo, Japan). Acceptance will be performed by the Government., United States
 
Record
SN01784823-W 20090405/090403215751-fad51d84c49cd3576778ba4d5200293f (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.