Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

R -- Confinement Services - Terms and Conditions - SCA Wage Determination - Itemized Price List - PWS

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922140 — Correctional Institutions
 
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-6056
 
Archive Date
8/12/2010
 
Point of Contact
Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
susan.davis@peterson.af.mil
(susan.davis@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Itemized Price List SCA Wage Determination BPA Terms and Conditions (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-6056. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and WD 2005-2079 Rev11. (iv) This acquisition is procured as a full and open competition. The NAICS code for this requirement is 922140, Correctional Institutions. There is no size standard established for Public Administration (sector 92) which are administered and over saw by government agencies. The Government may issue a single or multiple BPAs from this solicitation. The BPA shall be established for one 60-month period. As part of your quote, you are required to certify your organization is able to meet the requirements of paragraph 1.3 of the performance work statement. (v) The commercial items listing is attached. You are required to submit your quote using the attached commercial items table; otherwise your quote will be considered nonresponsive. (vi) The scope of work requires the Contractor to provide prisoner confinement services on an as needed basis. The contractor shall provide all facility resources, management and supervision necessary for custody, control, health and welfare of military offenders, both male and female, for Peterson AFB, Cheyenne Mountain Air Station, Schriever AFB, and the US Air Force Academy. Please see attached performance work statement and blanket purchase agreement terms and conditions. (vii) All items listed shall be priced. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. 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. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. (b) Evaluation of Factors: (i) Technical capability of the offeror to meet the Government's requirement. Applicable ratings for Technical Capability are as follows: "Acceptable" - Meets Government's requirement "Unacceptable" - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUGUST 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 (JUNE 2010), 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 (JULY 2010) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.222-3, Convict Labor (JUNE 2003) 2. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 3. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 4. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 5. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 6. FAR 52.232-36, Payment by Third Party (MAY 1999) 7. FAR 52.222-42, Statement of Equivalent Rate for Civilian Hires (MAY 1989) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (JULY 2010) 2. 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) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil) (xiv) The Defense Priorities and Allocation Systems (DPAS) does 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. Responses to this solicitation must be submitted no later than 3:00 PM, Mountain Standard Time on 28 July 2010. (xvi) POC is Ms. S. Kristin Davis, 719-556-7585 for information regarding this solicitation. Please submit all questions by 27 July 2010, 1:00 pm MST. Submit your quotes to 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-6056/listing.html)
 
Place of Performance
Address: Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02211393-W 20100722/100720235028-2c7af54518032f77128e979a85565ad3 (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.