Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOLICITATION NOTICE

G -- Choir Director - SOW

Notice Date
2/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0450293A001
 
Archive Date
3/12/2011
 
Point of Contact
Joseph D. Holt, Phone: 7074247729, Keith Philaphandeth, Phone: 707-424-7738
 
E-Mail Address
joseph.holt@us.af.mil, keith.philaphandeth@us.af.mil
(joseph.holt@us.af.mil, keith.philaphandeth@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The solicitation number is F3Z0450293A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 effective 24 Jan 2011; Defense DCN 20110120 effective 20 Jan 2011, and AFAC 2010-1027 effective 27 Oct 2010. This acquisition is 100% small business set-aside; The North American Industry Classification System (NAICS) code is 711510. The business size standard is $7m. The Federal Supply Class (FSC) is G002. The Standard Industrial Classification (SIC) is 7929. Travis AFB has a requirement for a Choir and Music Director for the Traditional Protestant Servise, see the attached Statement of Work. CLIN 0001 - Choir and Music Director for the Traditional Protestant Service period of performance will be from award date through 30 September 2011 The following factors shall be used to evaluate offers: FAR 52.212-2(i) technical capability of the item offered to meet the Government requirement (Technical capability is meeting the requirements listed in the attached Statement of Work section D Qualifications items 1 through 4, the members ability to perform during the audition), (ii) price FOB transportation to Travis AFB, CA 94535, is to be included in the quote. This award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-3 Convict Labor FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.219-6 Notice of Total SB Set Aside FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea 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 shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Terms of the Contract; FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-50 Combating Trafficking in Persons (August 2007). FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration (October 2003). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). DFARS 252.232-7003 - Electronic Submission of Payment Request AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil FAR 52.222-42 Statement of Equivalent Rates for Federal Hires As prescribed in 22.1006(b), insert the following clause: 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 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 28510 - Recreation Aide/Health Facility Attendant/ GS-2 $14.14 + 36.25% A site visit will be scheduled for 14Feb2011 at 0900. If you plan on attending you will need to email me by close of business 1630 PST on 10Feb2011 letting me know you wish to attend. While attendance is not mandatory, due to one of the evaluative factors being the members ability to perform, attendance is highly encouraged. We will be meeting in the parking lot adjacent to Travis AFB Pass and Registration Center at 0845PST to gather and take accountability, then the van will leave the visitor center at 0900PST to proceed to the site. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all your questions in writing within 3 days of the site visit (1630 17Feb2011) and all of the questions and answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 18 Feb 2010, 09:00 PM, PST and offers NO LATER THAN 25 Feb 2010, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Amn Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is Capt Philaphandeth, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0450293A001/listing.html)
 
Place of Performance
Address: Travis AFB 1st Street Chapel, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02371564-W 20110204/110202234148-7623591c0d6364df1054d3a9dab74dad (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.