Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

G -- AAFB SPORTS OFFICIATING SERVICE

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019216Q7075
 
Response Due
9/24/2016
 
Archive Date
9/30/2016
 
Point of Contact
JOANNELLE NEDEDOG-FLORES (671) 366-3686
 
Small Business Set-Aside
Total Small Business
 
Description
36th Contracting Squadron Andersen AFB, Guam Unit 14040 Building 22026 APO AP 96543-4040 NAICS CODE: 711219 SUBJECT: SPORTS OFFICIATING SERVICES SOLICITATION NUMBER: N40192-16-Q-7075 CLOSING RESPONSE DATE: 24 SEP 2016 0900 Local (Guam) Time DATE: 15 SEP 2016 I. 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. The procedures of FAR 13.5 will be used in this particular acquisition. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-16-Q-7075. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective dated 15 AUG 2016. IV. This acquisition is a small business set-aside. The North American Industrial Classification System (NAICS) code is 711219 and the small business size standard is $11 Million. V. Offeror is to propose on the following Contract Line Items: The government intends to award a firm-fixed price contract for the following contract line items description, quantity and unit of issue: CLINDescriptionQuantityUnit of Issue 0001Base Year: Officiating Services “ POP 12 months1Each 0002Option Year 1: Officiating Services “ POP 12 months1Each VI. All requirements must be met as stated in Attachment 1, Statement of Work (SOW). VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Apr 2014) applies to this acquisition. VIII. FAR 52.212-2, Evaluation Commercial Items (Oct 2014). 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: (1)Technical acceptability of the service offered to meet the Government requirement; (2)Price The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable offers. (a) Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. (b) Price: Quotes will be listed in ascending order (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS-RATING DEFINITION Acceptable: Quote clearly meets the minimum requirements of the solicitation. Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) and 52.212-4 Alternate I (Aug 2012) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2015), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons “ System for Award Management; FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; Additional provisions and clauses that apply to this acquisition are: FAR 52.222-41, Service Contract Act; FAR 52.232-18, Availability of Funds; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001, Line Item Specific: Single Funding; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Work Flow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; Local Clause: NOTICE CONCERNING TERRITORY OF GUAM TAXES, LICENSES, AND WITHHOLDINGS (NOTE: This clause summarizes certain requirements of Guam Territorial Law. Any questions concerning applicability or interpretation should be directed to Government of Guam, Department of Revenue and Taxation.) (a) All persons engaging in business in Guam must be licensed to do so by the Government of Guam prior to commencement of business in Guam. Engaging in business includes, but is not limited to, services provided by contractors. Applications for business licenses shall be made to the Department of Revenue and Taxation, License and Registration Branch. (b) All corporations, domestic (created under the laws of Guam) or foreign (not created under the laws of Guam) must register with the Department of Revenue and Taxation, License and Registration Branch. (c) Any person engaging in business on Guam must file monthly Business Privilege Tax returns with the Department of Revenue and Taxation. (d) All corporations with the Guam source of funds must file income tax returns to the Department of Revenue And Taxation on the prescribed forms. (e) All employers must deposit wage withholdings from their employees to the Treasurer of Guam. Guam Depository Receipts, as well as Quarterly Withholding Statements are required to be filed with the Department of Revenue and Taxation in the same manner as similar returns and statements required to be filed with the U.S. Internal Revenue Service. (f) Failure to comply with the above may result in criminal or civil penalties as provided by law. (End of clause) (End of Addendum) All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. Proposal must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award œcare of  will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Submit proposal via email to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. A Response to this RFQ must be received via e-mail no later than 0900 hours (Local/Guam Time) on 24 SEP 2016. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor ™s responsibility to request and receive confirmation of quote receipt. Please send any questions using the attached Pre-Quotation-Inquiry (PQI) form to the previous listed email or call (671-366-3686) for information regarding this solicitation no later than 4:00 P.M. 22 SEP 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019216Q7075/listing.html)
 
Place of Performance
Address: ANDERSEN AIR FORCE BASE, YIGO, GU
Zip Code: 96929
 
Record
SN04274952-W 20160917/160916001111-bb6bc74b1316fd44c84efda55942ef73 (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.