SOLICITATION NOTICE
70 -- Audiovisual Support for the Air Force Chief of Staff Team Excellence Award competition 10 - 15 Sep 03 at the Omni Shoreham Hotel Washington, D.C.
- Notice Date
- 3/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F7AFME30430200
- Archive Date
- 3/14/2003
- Point of Contact
- Lawrence Henderson, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, - Jody Ehrhardt, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
- E-Mail Address
-
lawrence.henderson@randolph.af.mil, jody.ehrhardt@randolph.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers shall not be accepted), on RFQ F7AFME30430200. The 12th Contracting Squadron at Randolph AFB, TX has a requirement for audio visual support for an Air Force Conference in the Washington D.C. area to be held September 10 ? 15, 2003. Requirement is for services by experienced personnel, materials, and equipment to satisfy the requirement as detailed in the attached Statement of Work. The Service Contract Act of 1965 applies to this requirement. Contractors shall refer to wage determination 1994-2103, rev. 28. This is a request for competitive proposals. Interested persons may express their interest and capability to respond to the requirement or submit proposals within (5) calendar days after date of publication of this notice of intent. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The applicable NAICS code for this requirement is 512191 and the business size standard is $25M. This requirement is a small business set-aside. Proposal Provisions 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Conformance to the Statement of Work (SOW) (Technical Proposal); (2) Past Performance; and (3) Price (Price Proposal). Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has greater weight than Factor Three (3). The factors are listed in descending order of importance. This may result in an award to a higher priced offeror. The resultant single award shall be placed with the offeror that represents the best value to the Government. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items which can be obtained at http://www.arnet.gov/far. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if--(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if--(A) The change is within scope of the original order, (B) The contractor agrees; (C ) The modification references the contractors verbal or written agreement. The Government may make these changes unilaterally. This clause, as amended herein, may also serve as the authority for all modifications made to the order or contract to make changes as follows: (a) definitize letter contracts, if commercial in nature; (b) reflect other agreements of the parties modifying the terms of the contracts; (c) issue change orders, (d) changing the performance period or the delivery date, the quantities or any other terms and conditions not cited herein as an example. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13 Notice of Buy American Act Requirement, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.232-33 Payment by Electronic Funds-Central Contractor Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.219-1, Small Business Program Representations and 52.219-6, Notice of Small Business Set Aside are applicable. In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7002, Buy American Act-Trade Agreements- Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors, 252.204-7004, Required Central Contractor Registration. A firm-fixed price award will be made to the responsible offeror submitting the proposal that provides the best value to the Government. Interested parties capable of providing the above must submit a written proposal to include discount terms, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three years. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Past performance information and proposals shall be forwarded to the attention of Lawrence D. Henderson, via e-mail to lawrence.henderson@randolph.af.mil or fax (210) 652-2759 not later than 4:00 P. M. (CST) March 14, 2003.
- Place of Performance
- Address: OMNI SHOREHAM HOTEL, 2500 CALVERT STREET NW, WASHINGTON D.C. 20005
- Record
- SN00277593-W 20030314/030312213510 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |