Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

R -- Youth Sports Officials - Youth Center Sporting Official SOW - Youth Sports Officials Bid List

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3EA0110A001
 
Archive Date
12/30/2010
 
Point of Contact
Jaime Morrison, Phone: 210-652-5121, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
jaime.morrison@randolph.af.mil, vivian.fisher@randolph.af.mil
(jaime.morrison@randolph.af.mil, vivian.fisher@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bids list for BPA (Base + 2 Option Years). Statement of Work for Youth Center. The 902d Contracting Squadron, Randolph AFB, TX, has a requirement to provide Sports Officials to support the Randolph Youth Center Sports Programs, in accordance with the attached Statement of Work (SOW). Award will be awarded as a Blanket Purchase Agreement with 2 Option year periods. The Base Period will run from 01 October 2010 through 30 Sep 2011. Award will be in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/quotes are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3EA0110A001 is issued as a request for quotation (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. The associated North American Industry Classification System Code (NAICS) is 711219; and the size standard is $7.0 Mil. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items (See evaluation criteria in paragraph 3 below) 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-18 Availability of Funds; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman 52.232-36 PAYMENT BY THIRD PARTY (MAY 1999) and any local clauses/statements as necessary. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. 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. Addendum: Basis for Award: This is a competitive best value acquisition. The Government will make an award using the following factors: 1) Technical Capability: Offerors shall provide for evaluation all the documents required by paragraph 1.2of the statement of work. These documents include resumes that demonstrate the qualifications of those individuals that will be performing under this contract and proof of appropriate certifications. Failure to provide the required evaluation documents may result in your offer being determined technically unacceptable. The Government will make an award to the lowest priced technically acceptable offeror. 2) Price: Offers shall propose on all items on the attached pricing schedule for the Base period and 2 Option periods (Note: The attached price schedule in Microsoft Excel has a different tab at the bottom of the sheet for each period of performance. All tabs must be completed). The price evaluation will be based on the total price of the base period and all option periods combined. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror does not demonstrate the technical capability to complete the requirement. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A Blanket Purchase Agreement will be made to the responsible offeror submitting the quote that provides the best value to the Government. Multiple Awards may be issued depending on responses.Government payment method for the Blanket Purchase Agreement will be (GPC) Government Purchase Card. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Proper identification will be required. If you feel you can meet this requirement, interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within (7) calendar days after date of publication of this notice of intent. Period of Performance shall begin 01 Oct 10 through 30 September as the Base Year, pending availability of funds and 2 additional Option Periods if exercised. Point of Contact: Mr. Jaime Morrison, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email: jaime.morrison@randolph.af.mil and Mrs. Vivian Fisher, Contracting Officer, Phone: 210-652-8956, Fax: 210-652-5135, Email: vivian.fisher@randolph.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3EA0110A001/listing.html)
 
Place of Performance
Address: YOUTH CENTER RAFB, TX, Randolph Air Force Base, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02262594-W 20100902/100901000214-541ba629895e91a69986391934206b16 (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.