Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

X -- Nursing Symposium Conference - Performance Work Statement

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-T-0041
 
Archive Date
10/10/2009
 
Point of Contact
Brian W. Bishop, Phone: 703-681-6951
 
E-Mail Address
brian.bishop.ctr@afncr.af.mil
(brian.bishop.ctr@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, a written solicitation will not be issued. 2. Reference number FA7014-09-T-0041 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This requirement is full and open for competition. 4. The NAICS code is 721110 and the size standard is $7,000,000.00. 5. This RFQ has one (1) line item as follows: CLIN 0001 - Nursing Symposium Conference. 6. Payment terms: Net 30 days. 7. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies to this acquisition. This is a best value procurement whereby the Government reserves the right to choose the offeror whose proposal represents the best value to the Government which may or may not be the lowest submitted offer. Lowest Price Technically Acceptable will be used to determine the successful offeror. Offerors must demonstrate that they are capable of handling the number of people set forth in the PWS. The Government reserves to the right make technically acceptable/unacceptable determinations based on the information submitted. An offeror's proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirm the extended amount. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in its offer. 9. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provision is applicable: FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 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 specifically the following clauses under paragraph (b) are applicable: 252-203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 - Electronic Submission of Payment Requests; and 252.247-7023 Alt III - Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: DFARS 252.204-7004, Required Central Contractor Registration (CCR). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following local clauses apply to this acquisition: 5352.201-9101, Ombudsman and Local WAWF, Wide Area Work Flow. 11. If interested, e-mail your quote to the POC stated herein. 12. Quotations must be received no later than 12:00 pm EST, September 25, 2009. The Government prefers that all offers are e-mailed to the point-of-contact below with reference number FA7014-09-T-0041. Facsimile quotes will not be accepted. 13. The Government Primary point-of-contact is Brian Bishop (Contractor, 703-681-6951), brian.bishop.ctr@afncr.af.mil and the secondary point-of-contact is Susan Starks (703-681-6320), susan.starks@afncr.af.mil. 14. Please note: Award of this solicitation is subject to the availability of funds IAW FAR 52.232-18.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-09-T-0041/listing.html)
 
Record
SN01964030-W 20090923/090922000734-3b0d8bcbf00f559bfbdc35e350ef4a38 (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.