Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

G -- Drunk Driving Speaker - Performance Work Statement

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-11-Q-S027
 
Archive Date
4/30/2011
 
Point of Contact
Daniel J. Speed, Phone: 3184563400, Dreux M. Johnson, Phone: 3184563612
 
E-Mail Address
daniel.speed@barksdale.af.mil, dreux.johnson@barksdale.af.mil
(daniel.speed@barksdale.af.mil, dreux.johnson@barksdale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-11-Q-S027, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 711510, and the business size is $7 M. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. Please see the attached RFQ for further details. The service being procured is: 0001 - The contractor shall provide the following: Two one hour sessions on 26 May 2011 on alcohol awareness, DUI penalties and cost, and risk management. The contractor shall use comedy as a means to get the message across. The contractor shall not use foul language. Please see statement of work for further specifications. *Performance Work Statement Attached. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS located at FAR 52.212-3, and the 252.212-7000 Offeror Representations and Certifications with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside, Alternate I 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) or emailed to the attention of Amn Daniel J. Speed at (318) 456-3181 no later than 21 June 2010 at 2:00pm (CST). Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Daniel J. Speed, Contract Specialist, at (318) 456-3400, daniel.speed@barksdale.af.mil; or A1C Dreux Johnson, Contract Specialist, at (318) 456-3612, dreux.johnson@barksdale.af.mil. Please keep in mind that funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a6b5c2f2dad16533b4129d31c0f7c12)
 
Place of Performance
Address: Barksdale AFB, Bldg 6448, Hoban Hall, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN02402226-W 20110318/110316234609-8a6b5c2f2dad16533b4129d31c0f7c12 (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.