Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SPECIAL NOTICE

R -- 2010 USAF MARATHON TIMING AND SERVICES- USING the Chronotrack B TAG/D TAG - REQuiared Documents

Notice Date
2/18/2010
 
Notice Type
Special Notice
 
NAICS
711320 — Promoters of Performing Arts, Sports, and Similar Events without Facilities
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0010
 
Archive Date
3/20/2010
 
Point of Contact
Jennifer D. Adams, Phone: 9375224515, Denise A. Matthews, Phone: 9375224604
 
E-Mail Address
jennifer.adams2@wpafb.af.mil, denise.matthews@wpafb.af.mil
(jennifer.adams2@wpafb.af.mil, denise.matthews@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Instructions to Offerors -- Commerical Items (Jun 2008) Offeror Representations and Certification The U.S. Air Force requires a contractor to provide Timing Services for the 2010 AF Marathon. The anticipated award is firm fixed price(FFP) - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Statement of Work (attachment 3). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0010 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, 10 September 2009. This acquisition is FULL AND OPEN COMPETITION. The associated North American Industry Classification System (NAICS) code is 711320. Size standard is 7M. This RFQ has one line item, to provide Timing Services for 2010 AF Marathon. Timing services shall be provided using "Chronotrack B-Tag/D-Tag" in accordance with ATTACHED Statement of Work (SOW). The period of performance is 1 May 2010 - 31 May 2011, and is firm fixed price (a base year contract with four option years is contemplated). Quotations shall include or separately price all related equipment, labor, and operations necessary to complete work (e.g. travel). Only B-Tag/D-Tag chronotrack shall be quoted, no other components will be considered. Timing Services shall be provided for the following: Marathon, Half Marathon, 10K and 5K, and possible 8K in June 2010. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008) (attachment 2). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of service offered to clearly show item meets the requirements listed in the Statement of Work, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Statement of Work. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in the solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offer or(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far; 52.243-1, Changes - Fixed-Price (Aug 1987); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-4, Contract Work Hours and Safety Standards Act-Overtime Compensation (Jul 2005); 52.246-16, Responsibility for Supplies (Apr 1984); 52.223-3, Hazardous Material Identification & Material Safety (Jan 1997); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.219-14 Limitations on Subcontracting (Dec 1996); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); 52.217-5, Evaluation of Options (Jul 1990); 52.217-8, Option to Extend Services (Nov 1999) (the fill in portion of this clause is: 15 days); 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (the fill in portion of this clause is 15 days, 60 days and 5 years) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By the Government of a Terrorist Country (Dec 2006) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.243-7002 Requests for Equitable Adjustment (Mar 1998); and - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] 5352.223-9001 Health and Safety on Government Installations (Jun 1997); and 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: 88 CONS G-001 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Instructions to Offerors 3. Statement of Work Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 12:00 pm on Friday, 5 March 2010, to: Jennifer Adams, 88 CONS/PKBB Fax: 937-257-3926 (ATTN: Jennifer Adams). E-mail: jennifer.adams2@wpafb.af.mil Mailing Address: ATTN: Jennifer Adams 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Jennifer Adams at jennifer.adams2@wpafb.af.mil or 937-522-4515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0010/listing.html)
 
Place of Performance
Address: Wright Patterson AFB OH, United States
 
Record
SN02068956-W 20100220/100218235523-94751c8b49d0fe720378d4c6ce4448a2 (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.