Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

17 -- T-33 Aerial Demonstration (Moody 2012 Airshow) - Attachments

Notice Date
4/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-12-Q-0049
 
Point of Contact
Victor T. Houston, Phone: 229-257-5588
 
E-Mail Address
victor.houston@moody.af.mil
(victor.houston@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 – Pricing Schedule Attachment 3 – Moody Intructions Attachment 2 – Wage Determination Attachment 1 – Statement of Work (SOW) This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. The solicitation number for this procurement is FA4830-12-Q-0049 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2012-0330. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). The small business size is $7.0 million. The North American Industry Classification System (NAICS): 711510. Description: The Contractor shall provide all personnel, equipment, tools, materials, supervision, other items, and the services non-personal necessary to provide a minimum of one (1) ship aerobatic aerial demonstration consisting of a T-33 Aircraft in accordance with the Statement of Work (SOW). See Attachment 1 for the Statement of Work. Quotations must be submitted on Quotation Schedule (See Attachment 4) for the following CLINS. Contract Line Item 0001- 1 Each: T-33 Aerial Demonstration - To provide a minimum of one (1) ship aerobatic aerial demonstration consisting of a T-33 Aircraft in accordance with the SOW. The Government may elect to make a single firm fixed price contract award for the same or similar service. If the Government determines, after evaluation of quotes that only one offeror is capable of providing the service at the level of quality required the contract will be awarded to that offeror. Individual award will be for the item that results in the lowest aggregate cost to the Government, including the assumed administrative costs as determined by the Contracting Officer. All quotes received shall be evaluated by lowest price technically acceptable. All submitted offers must annotate if their quotes can be consider in part. 1) Award will be based on the Lowest Price Technically Acceptable, meaning award will be made to the lowest evaluated price quotation meeting or exceeding the acceptability of standards for non-cost factors. 2) Initially offers shall be ranked according to price. An offeror's proposed price will be determined by the proposed unit price of the Contract Line Item Number (CLIN). After the cursory review is performed, the government will start evaluation with the lowest price offeror, to determine technical acceptability using the 1 ship aerobatic aerial demonstration SOW. If the lowest priced evaluated offer is judged to be technically acceptable and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offeror. If the lowest priced offeror is not judged to be technically acceptable, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be technically acceptable or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. QUALIFICATIONS Contractors are required to submit the following with their quote to be considered for award. Contractors providing a quote without qualifications will be deemed unresponsive and NOT considered for award. 1) Proof of contractor's liability insurance, please see attached statement of work para 1.7.1. 2) A written explanation of performance, please see attached statement of work para 1.3.1. 3) Proof of compliance with Warbird status, please see attached Statement of Work Para 1.2.1. FOB Point: Destination (Moody, AFB, GA). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. All offerors must be Central Contractor Registered (CCR ) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19. Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act-Supplies; FAR 52.223-4; Recovered Material Certification FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-11, Extras; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7008, Export - Controlled Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; AFFAR 5352.201-9101, Ombudsman. AFFARS 5352.223-9001, Health and Safety on Government Installations; The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. E.S.T. on 8 May 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: Victor T. Houston, Email: victor.houston@moody.af.mil, Phone: 229-257-5588, Fax: 229-257-4032 Alternate Point of Contact: SSgt Seth Shan, Email: seth.shan@moody.af.mil, Phone: 229-257-4709, Fax: 229-257-2827 ATTACHMENTS: Attachment 1 - Statement of Work (SOW) Attachment 2 - Wage Determination Attachment 3 - Moody Intructions Attachment 4 - Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0049/listing.html)
 
Place of Performance
Address: Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02733801-W 20120429/120428000002-0e6b75fccc96ad2b35db48604f1a405b (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.