Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

R -- Fam Camp Manager - SOW

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531311 — Residential Property Managers
 
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
TRAVF040720008
 
Archive Date
3/24/2012
 
Point of Contact
Joseph D. Holt, Phone: 7074247729
 
E-Mail Address
joseph.holt@us.af.mil
(joseph.holt@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for FAM CAMP MANAGER 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 TRAVF040720008; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 Mar 2012; Defense DCN 20120305 effective 05 Mar 2011, and AFAC 2012-0104 effective 04 Jan 2012. This acquisition is 100% Set-Aside for Small Business; The North American Industry Classification System (NAICS) code is 531311 The business size standard is $2.0 Million. The Federal Supply Class (FSC) is R799. The Standard Industrial Classification (SIC) is 6531. Travis AFB intends to award a purchase order for a Family Camp Manager in accordance with the attached statement of work. The period of performance will be from 19Mar2012-18Mar2013 with 4 additional option years. (19Mar2013-18Mar2014, 19Mar2014-18Mar2015, 19Mar2015-18Mar2016, 19Mar2016-18Mar2017) Award is for base year plus four additional option years. Please place bids as follows: Base Year - $ Option year 1 - $ Option year 2 - $ Option year 3 - $ Option year 4 - $ 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: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors -- Commercial Items; 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.219-6 Notice of Total SB Set Aside FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to extend the terms of the Contract. DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.222-41 Service Contract Act of 1975 *FAR 52.222-42 Statement of equivalent rates of federal hires. Please see general provisions. *FAR 52.222-42 Statement of equivalent rates for federal hires (May1989) 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. Rate listed below, visit http://www.wdol.gov/index.aspx. Please note that this may or may not be the correct wage rate or description for this requirement. Employee class monetary wage - Fringe Benefits 28350 - Park attendant (Aide) - WG-11 Step 1 $17.40+ 34.35% FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); 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; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. 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 7 Mar 2012, 12:30 AM, PST and offers NO LATER THAN 9 Mar2012, 01:00 PM, 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. If a fax was sent, please email alexander.seide@travis.af.mil to confirm the quote was received. Point of contact is A1C Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is MSgt Nancy Ekblad, Contracting Officer, telephone 707-837-7711.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/TRAVF040720008/listing.html)
 
Place of Performance
Address: Ragsdale Road, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02689636-W 20120308/120307115752-12061a229abfd6b0bb1f5908a3312769 (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.