Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

X -- AFROTC Commander's Conference - Performance Work Statement

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA21224A001
 
Archive Date
9/29/2011
 
Point of Contact
William P. Griffiths, Phone: 334-953-2560, Kimberly A Knott, Phone: 334-953-3518
 
E-Mail Address
william.griffiths-02@maxwell.af.mil, kimberly.knott@maxwell.af.mil
(william.griffiths-02@maxwell.af.mil, kimberly.knott@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. NOTE** Funds are not presently available for this effort. No award will be made be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. 1. 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. 2. This solicitation document: F2XJA21224A001 3. This synopsis/solicitation is issued as a request for proposal (RFP). A RFP is anticipated. 4. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110725 5. This is a 100% Small Business set-aside 6. NAICS: 72110 7. Small Business Size Standard: $30 M 8. Contract Line Item Numbers (CLINS): CLIN 0001 - Refreshment Breaks, 15 -16 November Each 1 10am: Coffee, Tea, Juice, Pastries, Fruit 1pm: Coffee, Tea, Juice, Soda, Cookies, Chips, Fruit CLIN 0002 - Audiovisual Support for 200 attendees Each 1 All attendees in one room with classroom seating Two screens on riser, using in-focus machines CLIN 0003 - Dinner: 200 attendees, 3 menu options Each 1 9. DESCRIPTION OF ACQUISITION: Provide conference room, audiovisual support, refreshment breaks and dinner for 200 conference attendees in support of AFROTC Commander's Conference. (See attached Performance Work Statement) 10. Period of Performance: 14, 15 and 16 November 2011 11. Place of Performance: Montgomery, Alabama 12. The following provisions and clauses apply to this procurement: Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil 12a. REFERENCE: FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52,222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates of Federal Hires FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7004, Alt A, Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.232-7003, Electronic Submission of Payment Request DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman. 12b. FULL TEXT: FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restrictions on Certain Foreign Purchase FAR 42.222-41, Service Contract Act of 1965 FAR, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, DFARS 252.203-7000, Requirements Relating to Compensation of Former Dod Officials. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 13. Addendum to 52.212-1, INSTRUCTIONS TO OFFERORS This requirement is solicited as a small business set-aside under procedures of FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. The offeror must submit a signed and dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specifications, terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423 14. Addendum to 52.212-3, EVALUATION - COMMERCIAL ITEMS Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror accedes to all solicitation requirements (See Instructions to Offerors) and then award will be based on price. 15. Responses to this notice shall be provided in writing via e-mail to: William P. Griffiths, at william.griffiths-02@maxwell.af.mil. All inquiries/responses to this notice must be received by 12:00 p.m Central Daylight Savings Time (CDST) on 14 Sep 2011. Email is the preferred method. Points of Contact: William P. Griffiths, Phone (334) 953-2560, Fax (334) 953-3527 or Kimberly A. Knott, Phone (334) 953-3518, Fax (334) 953-3527
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA21224A001/listing.html)
 
Place of Performance
Address: Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02566203-W 20110909/110908000324-5fd56f8c068696a9a7d0946009cdcafd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.