Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

G -- Roman Catholic Priest, Thule AB, Greenland - Formatted Combo/Synopsis - PWS

Notice Date
8/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-09-T-6147
 
Archive Date
9/17/2009
 
Point of Contact
Joe Salazar, Phone: 719-556-4838, Larry D Sizer, Phone: 719-556-4278
 
E-Mail Address
joe.salazar.1@peterson.af.mil, larry.sizer@peterson.af.mil
(joe.salazar.1@peterson.af.mil, larry.sizer@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement detailing requirements Please use formatted table to submit quotes. *****See Attachments for formatted Bid Schedule and PWS**** (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-09-T-6147, is being issued as a Request for Quotation (RFQ). (iii) This document incorporates provisions and clauses through Federal Acquisition Circular. (iv) This solicitation is a Total Small Business set-aside. A single award will be made as a result of evaluation of offers. The NAICS code for this requirement is 813110 and the size standard is $7M. (v) This combined synopsis/solicitation is for the following commercial service: CLIN Items Qty Unit of Issue Price Total 0001 Base Eight (8) one (1) day visits 8 Visit 0002 Base Four (4) eight (8) day visits 4 Visit 1001 Option Eight (8) one (1) day visits 8 Visit 1002 Option Four (4) eight (8) day visits 4 Visit 2001 Option Eight (8) one (1) day visits 8 Visit 2002 Option Four (4) eight (8) day visits 4 Visit 3001 Option Eight (8) one (1) day visits 8 Visit 3002 Option Four (4) eight (8) day visits 4 Visit 4001 Option Eight (8) one (1) day visits 8 Visit 4002 Option Four (4) eight (8) day visits 4 Visit Total Award Amount $ (vi) Description of requirement: Services of a Roman Catholic Priest, in accordance with attached Performance Work Statement. (vii) The period of performance is one base year-15 Sep 09 through 14 Sep 10 with (4) option years; to be performed at Thule Air Base Chapel, 821 ABG/HC Unit 82501 APO, AE 09704. (viii) Provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition: a. As part of your quote submission you are required to include price information. DUNS, Cage Code, Tax ID, Terms and Conditions. b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. c. All firms must provide a copy of standard warranty with quote submission. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JUL 2009), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JUN 2009) (DEVIATION), applies to this acquisition: a) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) b) FAR 52.222-26, Equal Opportunity (MAR 2007) c) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) d) FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) e) FAR 52.222-50, Combating Trafficking in Persons, (FEB 2009) f) FAR52.222-54, Employment Eligibility Verification (Jan 2009) g) FAR 52.233-3, Protest after Award (AUG 1996) (xiii) The following additional requirements or terms or conditions apply to this acquisition: b. DFARs clauses apply to this acquisition: 1) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statues or Executive Orders applicable to Defense acquisitions of commercial items (JAN 2009) c. Unique provision and clauses and apply to this acquisition: 1) AFFARS 5352.201-9101, Ombudsman (AUG 2005): (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, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, a7K.wf@afspc.af.mil. 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. (xv) Submit quotes are to be received no later than 4:00pm MST, 2 Sep 2009 at email address: joe.salazar.1@peterson.af.mil or via fax (719) 556-7538. (xvi) Contact Joe Salazar at (719) 556-4838 for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-09-T-6147/listing.html)
 
Place of Performance
Address: 821 ABG/HC, Unit 82501, APO, AE 09704, Thule, Non-U.S., 09704, Greenland
 
Record
SN01920998-W 20090823/090822000731-41a79e7c27818f97e3e80b8d2377fdbe (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.