Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

R -- PME Graduation Ceremonies - Statement of Work PME Ceremonies

Notice Date
4/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W0WG1083A001PMEGRADS
 
Archive Date
5/12/2011
 
Point of Contact
Derrick A Wade, Phone: 907-552-2865, Justin M. Schuler, Phone: 907-552-2865
 
E-Mail Address
derrick.wade@elmendorf.af.mil, justin.schuler@elmendorf.af.mil
(derrick.wade@elmendorf.af.mil, justin.schuler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW - PME Grad Ceremonies 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number, F1W0WG1083A001PMEGRADS is being issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. (iv) The associated NAICS code is 721110 with a small business size standard of $7,000,000. This solicitation is a Total Small Business Set-Aside. (v) The Period Of Performance (POP) shall be 09 September 2011 to 08 September 2012. The POP location shall be Elmendorf AFB, AK 99506. Contractor shall provide all facilities, labor, and equipment, to host Professional Military Education graduation ceremonies, on 7 dates, for an estimated 300+ people per ceremony. Contractor must have their own facility to host the event and must be able to cater the event (food costs will be handled on a separate contract action, per event).This acquisition will be for one base year and one option year. Event Dates are as follows: 09 September 2011 28 October 2011 15 December 2011 16 February 2012 6 April 2012 18 May 2012 12 July 2012 AV Support shall consist of no less than the following: 1, each, 46" or bigger HD Monitor 1, each, handheld wireless microphone system 2, each gooseneck microphone podiums 1, each, CD player with speakers Only those vendors with the ability to satisfy ALL DATES required, will be considered.Additionally, contractor facilities must be in the Anchorage, AK area. (vi) End of Description (vii) Performance is required to begin 30 days after receipt of an order and shall be FOB Destination The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Addenda to the following paragraphs of 52.212-2 are: (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, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made based on the lowest price technically acceptable offer. IAW 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Alt III, Transportation of Supplies by Sea 52.217-8, Option to Extend Services (Nov 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 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 address: https://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: All proposals must be faxed, mailed or emailed to POC: SSG DERRICK WADE, 10480 22nd Street, Suite 239, Elmendorf AFB, AK 99506 Phone (907) 552-2865, Fax (907) 552-7496, derrick.wade@elmendorf.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Wide Area Workflow https://wawf.eb.mil/ will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA/VA/Government Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), and price, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 6 July 2010, 4:00 pm, Alaskan Standard Time (AKST) to the 673d Contracting Squadron/LGCB, Attn: SrA Justin Schuler. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W0WG1083A001PMEGRADS/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf - Richardson, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02427275-W 20110420/110418234432-a56ba93a6b1e6a59655b361ee9d037ec (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.