Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
MODIFICATION

V -- Marriage Care Retreat - Amendment 3

Notice Date
1/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-15-T-0021
 
Archive Date
2/12/2015
 
Point of Contact
Kyle S. Mesecher, Phone: 907-552-2399
 
E-Mail Address
kyle.mesecher.1@us.af.mil
(kyle.mesecher.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the solicitation close date to January 28th, 2015 and clarify the desired dates for the marriage care retreat. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Marriage Care Retreat (i) 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. (ii) Solicitation FA50000-15-T-0021 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 Dec 2014. The DFARS provisions and clauses are those in effect to DPN 20150115, effective 15 Jan 2015. The AFFARS provisions and clauses are those in effect to AFAC 2014-1001, effective 01 Oct 2014. (iv) This requirement is solicited as a Small-Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 721110 with a small business size standard of $32,500,000.00. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. All related costs for contractor performance shall be clearly explained in their offer and included in their price for each marriage retreat event dates offered. Price variances for the range of attendance at each retreat for attendance of up to 40 couples as specified in the SOW should be clearly explained in their offer. 4. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment two (2). Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1 and 2). All related costs for contractor performance shall be clearly explained in their offer and included in their price for each marriage retreat event dates offered. Price variances for the range of attendance at each retreat for attendance of up to 40 couples as specified in the SOW should be clearly explained in their offer. (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (May 2014), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (July 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2013 FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS DEC 2012 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 FAR 52.233-3 PROTEST AFTER AWARD AUG 1996 FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE SEP 2011 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS FEB 2014 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS JUN 2012 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 DFARS 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL JUN 2013 AFFARS 5352.201-9101 OMBUDSMAN NOV 2014 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 673d Contracting Squadron/LGCC Attn: 2nd Lt Kyle Mesecher, e-mail: kyle.mesecher.1@us.af.mil Quotes are due no later than 2pm AKDT on 28 January 2015; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to 2nd Lt. Kyle Mesecher at kyle.mesecher.1@us.af.mil. For information regarding this solicitation, contact the same or call at (618)541-1316. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Statement of Work Attachment 1: PRICING SCHEDULE 1 Page LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE 0001: Provide Marriage Retreat support per Attachment 1, SOW, Marriage Retreat. Vendors shall specify dates of availability in their offer. 1 EA 0002: Provide Marriage Retreat support per Attachment 1, SOW, Marriage Retreat. Vendors shall specify dates of availability in their offer. 1 EA TOTAL PRICE: Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _____________________________ Business Size: Small Large Women-Owned Veteran-Owned Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-15-T-0021/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03620711-W 20150123/150121234647-16968b0000875ad03846b5bfb5ac51e4 (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.