Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

U -- Child and Youth Environmental Design & Training for Pacific Air Forces (PACAF) Military Child/Youth Centers - Statement of Work

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-11-R-7010
 
Archive Date
9/8/2011
 
Point of Contact
Christine Y Shigeta, Phone: (808) 448-2942
 
E-Mail Address
christine.shigeta@hickam.af.mil
(christine.shigeta@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Schedule of Services or Supplies Statement of Work - Child and Youth Environmental Design Training 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. This solicitation will be issued as a Request for Proposal (RFP) under Solicitation No. FA5215-11-R-7010, and includes the following attachment(s): 1. Statement of Work (SOW) 2. Draft Schedule of Services or Supplies - Offeror may use this form to provide a proposal or use company letterhead, using the Contract Line Item (CLIN) format provided in this attachment. This solicitation document, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2010-0927, and Air Force Acquisition Circular (AFAC) 2011-0421. This is a commercial acquisition and it is a 100% Total Small Business Set-aside; all responsible small businesses may submit a proposal. The applicable NAICS code is 541410, and the small business size standard is $7.0 million. The government is soliciting a firm-fixed price (FFP) contract. Offers and award will be made on an all or none basis. The contractor shall provide all tools, materials, personnel, labor, transportation, and supervision and other required items necessary to develop an Environmental Design, Assessment and Training program in accordance with the attached Statement of Work. Service shall commence within 120 days after a contract is issued to the successful offeror. All responsible sources may submit a proposal, which will be considered by the Government. Offerors must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Aug 2009), and its Alternate I (Apr 2002) (this may also be completed on http://orca.bpn.gov), DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) and DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (June 2005) are included with the quotation (Reference Attachment 4). Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All proposals are due on or before 1200 hours, Hawaii Standard Time (HST), Wednesday, 24 Aug 11. Submission may be made via email to christine.shigeta@hickam.af.mil, or via fax at (808) 448-2911/12. Proposals must reference the solicitation number. BASIS FOR AWARD. Award will be made on an All or None basis to the successful offeror based on the following: (1) Proposal meets Submission Requirements as stated above (2) Meets all requirements in the Statement of Work. (3) Provides the best value to the government. (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010), is applicable to this procurement along with the following addenda: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Sep 2006) 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 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) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The following FAR Clause also applies: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7, Central Contracting Registration (Apr 2008) 52.232-18, Availability of Funds (Apr 1984) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) Clauses Incorporated In Full Text: 52.219-1, Small Business Program Representations (Apr 2011) DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) is applicable to this acquisition along with the following addenda: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for certain Domestic Commodities (Jun 2010) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7002, Requests for Equitable Adjustments (Mar 1998) The following DFARS clause also applies: 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007) 252.222-7000, Restriction on Employment of Personnel (Mar 2000) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec 1991)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-11-R-7010/listing.html)
 
Place of Performance
Address: Eielson Air Force Base, Alaska; Joint Base Elmendorf-Richardson, Alaska; Kadena Air Base (Okinawa), Japan; Misawa Air Base, Japan; Yokota Air Base, Japan; and Osan Air Base, Republic of Korea., United States
 
Record
SN02528145-W 20110812/110810234653-1d5e6f1fb1401d7f6fa550a746d18c79 (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.