Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

U -- School Liaison Officer - Statement of Work - Bid Schedule

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-10-Q-0031
 
Point of Contact
Sharon J. Palmer, Phone: 6606875414, Piara Anjuli Macay, Phone: 660-687-5414
 
E-Mail Address
sharon.palmer@whiteman.af.mil, piaraanjuli.macay@acc.af.mil
(sharon.palmer@whiteman.af.mil, piaraanjuli.macay@acc.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule for School Liaison Officer. Statement of Work for School Liaison Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-10-Q-0031. This requirement is for School Liaison Officer (Military Education Consultant) Services for the Whiteman Air Force Base Airman and Family Readiness Center in accordance with the attached Statement of Work (SOW). Period of performance will be 1 June 2010- 30 September 2010, plus two (2) four-month option periods. Prospective contractors should review the attachment Statement of Work (SOW), complete the attached Bid Schedule, and submit the required qualification documents for evaluation (resume and business proposal, minimum of two references, and school transcripts and proof of qualifying work experience). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, Defense Acquisition Circular 20091019, and Air Force Acquisition Circular 2009-0803. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965. FAR 52.204-9, Personal Identity Verification of Contractor Personnel;FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; AFFARS Clause 5352.201-9101, Ombudsman Clause; AFFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(b). The North American Industry Classification System (NAICS) code for this acquisition is 611710. For the purpose of this procurement the small business size standard is $7.0 Million. Award will be made to the offeror representing the best value to the Government. Best value will be determined by a combination of the strength of the offeror's qualifications to successfully perform in accordance with the Statement of Work (SOW) and the offeror's proposed price. Strength of qualification is more important than price. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgcb@whiteman.af.mil or by FAX to (660) 687-5462 to the attention of A1C Sharon Palmer. NOTE: Quotations must be received by 13 April 2010, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-10-Q-0031/listing.html)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02115012-W 20100409/100407234955-ea08e3bc75a88e7ac111af10c0fbc830 (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.