Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

W -- Mobile Stage, Sound and Lighting for Concert - Amendment 1

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-10-T-6043
 
Archive Date
6/11/2010
 
Point of Contact
David M. Downing, Phone: 7195563843, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
david.downing@peterson.af.mil, susan.davis@peterson.af.mil
(david.downing@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA Wage Determination The purpose of this amendment is to respond to contractor's questions and attach SCA Wage Determination, 2005-2079, Revision 9, dated 30 July 2009. Question: We are very interested in submitting a proposal for this event. Can you give me the historical pricing data you are using to analyze new pricing for this type of contract? Response: In accordance with FAR paragraph 15.403-1 cost or pricing data shall not be obtained for acquisitions at or below the simplified acquisition threshold or when the contracting officer determines that prices agreed upon are based on adequate price competition. i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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 Request for Quotation (RFQ) is issued as solicitation, FA2517-10-T-6043. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. (iv) This acquisition is procured as a 100% total small business set aside. The NAICS code for this requirement is 523490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The size standard is $7 million and a single award will be made as a result of evaluation of quotes. (v) The commercial items and services in accordance with the attached performance work statement. (Please see attachment "Performance Work Statement" for requirement.) (vi) The requirement is for a Mobile Stage, Sound and Lighting for USAFA Band Fourth of July Concert 2010. (vii) Commercial items and services shall be priced as FOB destination to US Air Force Academy, CO. Delivery terms are as stated in the performance work statement. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (AUG 2009), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. A site visit will be held at the US Air Force Academy on 21 May 2010, 9:30 am MST. Contractors must contact SSgt Downing, email david.downing@peterson.af.mil and Ms. Davis, email: susan.davis@peterson.af.mil by 19 May 10, 4:00 pm MST with personnel attending the site visit with full name, last four of social security number, and date of birth. To enter the Air Force base the driver will need to show government picture ID for driver and passengers, registration, and proof of insurance. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Evaluation will be based on lowest price technically acceptable. Technically acceptable is determined based on the following: - Contractor shall provide in detail how mobile stage, sound, and lighting support shall be accomplished IAW the performance work statement to meet the service summaries, paragraph 2. - Contractor shall provide in detail what equipment will be used; a timeline and plan for managing manpower and logistics necessary to accomplish tasks IAW the performance work statement to meet the service summaries, paragraph 2. - Contractor shall submit a technical approach in Times New Roman 12-pitch double spaced not to exceed 3 pages in length for technical approach and 2 pages for equipment. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JUL 2009), applies 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 (MARCH 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 (APR 2010) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) 2. FAR 52.222-3, Convict Labor (JUNE 2003) 3. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 4. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 5. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 6. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 7. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 8. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 9. FAR 52.245-1, Government Property (JUN 2007) 10. FAR 52.237-1, Site Visit (APR 1984) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.204-7004 Alt A Required Central Contractor Registration (SEP 2007) 2. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (APR 2010) 3. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 4. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (JAN 2009) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) 2. AFFARS 5352.223-9001, Health and Safety Government Installations (JUN 1997) 3. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (AUG 2007) (xiv) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Quote shall be broken down by CLIN per paragraph 4.3 of the performance work statement. Responses to this solicitation must be submitted no later than 11:00 am, Mountain Standard Time on 27 May 2010. (xvi) POC is SSgt David Downing, 719-556-3843 and Ms. S. Kristin Davis, 719-556-7585 for information regarding this solicitation. Submit your quotes to SSgt Downing, email address david.downing@peterson.af.mil and Ms. Davis, email address: susan.davis@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-T-6043/listing.html)
 
Place of Performance
Address: Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02153650-W 20100521/100519234507-1ba5ff2311d36281d76c69577dbca739 (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.