Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

V -- Transportation and Parking Management Service for the "Wings Over Atlanta 2010" Air Show & Open House at Dobbins Air Reserve Base, GA - Attachments

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-10-T-0011
 
Point of Contact
Jaclyn J Yates, Phone: 678-655-4958, Diana Grube, Phone: 678-655-5115
 
E-Mail Address
jaclyn.yates@us.af.mil, diana.grube@us.af.mil
(jaclyn.yates@us.af.mil, diana.grube@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
3 - Wage Determination 2 - Pricing Schedule 1 - Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, 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. Solicitation FA6703-10-T-0011 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-44. Dobbins Air Reserve Base (ARB,) Georgia requires spectator transportation and parking management for the"Wings Over Atlanta 2010," Air Show and Open House to be held in October 2010. This acquisition is 100 percent set aside for small businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is: 485510 with a small business size standard of: $7,000,000.00. Award will be made IAW FAR 13.106-2. The Government will award a Firm Fixed-Price (FFP) contract to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001 - The Contractor shall coordinate, plan and provide transportation and manage parking for the "Wings Over Atlanta 2010," Air Show & Open House at Dobbins Air Reserve Base, GA, in accordance with the attached Performance Work Statement (Attachment 1.) Unit of Issue: Lump Sum Quantity: One (1) FAR 52.212-1 Addendum THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ADDENDUM TO 52.212-1(b) Submission of Offers Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal. Offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. Offerors are requested to submit questions to the points of contact (jaclyn.yates@us.af.mil and diana.grube@us.af.mil ) in writing by electronic mail (email) or facsimile (fax) (678)655-5612 not later than 11:00 a.m. (EST) on 17 September 2010. Responses to questions will be posted on the Federal Business Opportunities website. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation amendments apply. The Government will not accept any questions after 11:00 (EST) on 17 September 2010. Insert proposed price in the Pricing Schedule (Attachment 2.) Proposals are to include any discount terms. All proposals shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. All interested parties may submit a written proposal to: 94TH CONF BLDG 812 1538 ATLANTIC AVE DOBBINS ARB, GA 30069-4917 Proposals may also be submitted electronically to: jaclyn.yates@us.af.mil or diana.grube@us.af.mil or via FAX to (678) 655-5612. Oral proposals will not be accepted. All proposals must be received NLT 11:00 a.m. EST, 22 September, 2010. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors will be used to evaluate offers: Price (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes are to include any discount terms. ** Offerors are cautioned to carefully review all requirements of the solicitation. Failure to meet qualifications required by the Performance Work Statement, (Attachment 1,) shall deem an offeror's proposal nonresponsive. ** (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (End of clause) CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAR 2009) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) (DEVIATION) is incorporated into this RFP and the following clauses within FAR 52.212-5, paragraph (b) apply: FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) flow down required in accordance with paragraph (f) of FAR clause 52.222-50. FAR 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) FAR 52.243-1 CHANGES - FIXED-PRICE (AUG 1987) (ALT I) (APR 1984) THE FOLLOWING CLAUSES AND PROVISIONS ALSO APPLY TO THIS ACQUISITION: FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) CLAUSES INCORPORATED BY FULL TEXT 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 485510. (2) The small business size standard is $7,000,000.00. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern. (4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (7) (Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.) The offeror shall check the category in which its ownership falls: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. (c) Definitions. As used in this provision-- Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Jeffrey Ippolito, HQ AFRC/IP, 255 Richard Ray Blvd, Robins AFB, GA 31098-1637, phone number (478)327-2013, facsimile number (478)327-2197, e-mail address is Jeffrey.Ippolito.1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) WIDE AREA WORK FLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252-232.7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. - Ensure when submitting invoice(s) the line item numbers on the electronic invoice match the line item numbers on the contract/purchase order. Example: If you are billing for the contract/purchase order CLIN 0004, the line item number on the electronic invoice must be 0004 also. You can access payment information using the DFAS MyInvoice web site at https://myinvoice.csd.disa.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone/Omaha at (800) 756-4571, Option 2 (for Vendor Pay Offices), Option 3 (for Limestone). Please have your purchase order number and invoice number ready when contacting DFAS about payment status. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICE/RECEIVING REPORT. CONTRACT NUMBER: TBD DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: Invoice and Receiving Report (Combo) CAGE CODE: TBD ISSUE BY DODAAC: FA6703 ADMIN DODAAC: FA6703 INSPECT BY CODE: SERVICE ACCEPTOR/SHIP TO CODE: TBD LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F67100 After submission of your invoice(s) please send additional e-mails to: TBD 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 31030 - Bus Driver - WG-7 $22.87 per hr + $3.50 31290 - Shuttle Bus Driver (Van Driver) - WG-6 $20.92 per hr + $3.50 (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-10-T-0011/listing.html)
 
Place of Performance
Address: 94th CONF/LGC, 1538 Atlantic Ave, Dobbins Air Reserve Base, Georgia, 30069-4917, United States
Zip Code: 30069-4917
 
Record
SN02283232-W 20100917/100916000304-e3925e4ff3cfab9c318c040ef830a306 (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.