Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

99 -- Sports Officials - Package #1

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M31V0189A001
 
Point of Contact
Stanley Farr, Phone: 843-963-5164, Robert R. Melton, Phone: 8439635157
 
E-Mail Address
stanley.farr@charleston.af.mil, robert.melton-02@charleston.af.mil
(stanley.farr@charleston.af.mil, robert.melton-02@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Performance Work Statement COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13.5 also applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M31V0189A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 611620 with a $7.0 million size standard. (v) Contractors shall submit a quote for sports officiating services to include but not limited to volleyball, softball, flag football, basketball, and soccer. All responsible sources may submit quotation, utilizing the price list at Attachment #1. (vi) F1M31V0189A001 Sports Officiating Services on Charleston Air Force Base, and Charleston Naval Weapons Station, Charleston, South Carolina (Performance Work Statement, Attachment #2). (vii) This contract will be for a base year with four 1-year option periods. Base performance period is 1 Oct 2010 - 30 Sep 2011; 1st option year is 1 Oct 2011 - 30 Sept 2012; 2nd option year 1 Oct 2012 - 30 Sep 2013; third option year 1 Oct 2013 - 30 Sep 2014, and; fourth option year 1 Oct 2014 - 30 Sep 2015. The Clins for this request will be Not To Exceed (NTE). The contractors will be paid only for services rendered. Any excess funds remaining will be removed by modification at the end of the performance period. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Past Performance 2. Price. Past performance and price, when combined, are equal. Offerors shall provide 3-5 references of your most recent projects. Contractors pricing will be combined and evaluated on total price. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition--Commercial Items; applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) FAR 52.219-14, Limitations on Subcontracting FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 94-2473 (Rev.25) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.253-1 -Computer Generated Forms DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 DFARS 252.225-7014 and 252.225-7015 DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (Note: N/A for services) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Monday, August 23, 2010, no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M31V0189A001. (xvi) Address questions to Stanley Farr, Contract Specialist, at (843) 963-5164, fax (843) 963-5183, email stanley.farr@charleston.af.mil or Robert R. Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M31V0189A001/listing.html)
 
Place of Performance
Address: Charleston AFB, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02240076-W 20100815/100813235540-9b16bee66054c2572bf02f3ed9240321 (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.