Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

V -- Commercial Travel Office Service

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
561510 — Travel Agencies
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 35 CONS, Unit 5201, Misawa AB, APO Japan, ., 96319-5201
 
ZIP Code
96319-5201
 
Solicitation Number
FA5205-04-R-0012
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
Shinobu Tadaka, Buyer, Phone 226-3496, Fax 226-3752, - Yoshikatsu Nakamura, Director of Construction Contracting Flight, Phone 226-2175, Fax 226-3752,
 
E-Mail Address
Shinobu.Tadaka@misawa.af.mil, Yoshikatsu.Nakamura@misawa.af.mil
 
Description
(i) This is 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 written solicitation will not be issued. (ii) This solicitation is being issued as a Request for Proposal (RFP) under the following reference number: FA5205-04-R-0012. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. (iv) This acquisition is unrestricted in regards to size standards. Applicable NAICS code is 561510. (v) There is no guaranteed minimum purchase. Actual requirements are subject to substantial variation in quantity over time. Estimated workloads were established based on past history shown in the appendix 1a of Statement of Work (SOW). This RFP contains 5 line items. Those line item numbers, quantities (Qty), unit of issue (U/I), and services are as follows: L/I 0001, Qty: 12, U/I: month, Service: Commercial Travel Service. L/I 1001, Qty: 12, U/I: month, Service: Commercial Travel Service. L/I 3001, Qty: 12, U/I: month, Service: Commercial Travel Service. L/I 4001, Qty: 12, U/I: month, Service: Commercial Travel Service. (vi) The contractor is required to furnish official travel services and leisure travel in conjunction with official travel in accordance with the Statement of Work (SOW) at Misawa Air Base, Japan. (vii) Place of performance is 35 LRS/LGRT, Misawa AB, Japan. Acceptance of services will be performed by Quality Assurance Personnel by certification on monthly surveillance reports. The performance period will be as follows: CLIN 0001, 1 Sep 2004 - 31 Aug 2005, CLIN 1001, 1 Sep 2005 - 31 Aug 2006. CLIN 2002, 1 Sep 2006 through 31 Aug 2007. CLIN 3002, 1 Sep 2007 - 31 Aug 2008. CLIN 4001, 1 Sep 2008 - 31 Aug 2009. (viii) The provision at FAR 52.212-1, Instructions to Offerors ?ECommercial Item, applies to this acquisition with the following addenda: Paragraph (b) Submission of offers is changed to read ?EPast Performance record of major contract and subcontract for commercial travel office service or relevant services in past three (3) years including (1) Name of contracting activity may include those entered into with the Federal Government, agencies of state and local governments and commercial customers, (2) Contract identification number, (3) Total contract value, (4) Description of the work performed, (5) Contracting Officer name and telephone number, (6) Name of primary contractor, (7) List of major subcontractors. ?E Paragraph (c), Period of Acceptance of Offers is changed to read ?Eninety (90) calendar days.?E Paragraph (h) Multiple awards is changed to read ?EThe Government intends to make single award resulting from this solicitation, based on overall assessment of each proposals as stipulated in the provision FAR 52.212-2 of this solicitation.?E The following information is added to paragraph (j) Data Universal Numbering System (DUNS) Number, ?Eofferors located in Japan may obtain the DUNS number by contacting the local Dun and Bradstreet Japan Customer Service listed below: Dun & Bradstreet Japan Ltd., Phone No. 03-5465-2842, Fax No. 03-5465-2861, URL: http://www.dnb.com, DUNS number request form is attached as attachment 5 of the RFP.?E The following paragraph is added as para.(k) Pre-proposal Conference and as para. (l) Mobilization and Phase-in Period. (ix) Offers will be evaluated using the following evaluation factors: Past Performance and Discount Fee. The contract will be awarded to the offeror that provides the best value to the Government. Past Performance is approximately equal to Discount Fee. In order to evaluate Past Performance, Offerors are required to submit document stated in FAR 52.212-1, para. (b), Submission of offers. (x) FAR 52.212-3, Offeror Representations and Certifications ?ECommercial Items and DFARS 252.212-7000, Offeror Representations and Certifications ?ECommercial Items. See and submit attachment 3 of the Solicitation. Failure to submit a completed copy of the provision with the offer will deem the offeror as non-responsive. (xi) FAR 52.212-4, Contract Terms and Conditions ?ECommercial Items. Paragraph (c), changes, is changed to read ?EUnilateral modification may be issued for administrative changes and option exercise.?E Paragraph (k), Taxes, is changed to read ?EExemption from Japanese Custom Duties and Taxes. Resulting contract shall be exempt from customs duties and taxes of Japan, in accordance with article XI and XII of the Status of Forces Agreement between Japan and United States (Applicable to Japanese Firms Only.)?E (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?ECommercial Items applies to this acquisition. The following additional clauses cited in this clauses are also applicable: 52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Government, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.212-13 (Dev), Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer ?ECentral Contractor Registration, 52.232-34, Payment by Electronic Funds Transfer ?EOther than Central Contractor Registration. (xiii) The following are clauses required by DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Request for Equitable Adjustment. The following additional clauses are also applicable. 252.225-7041, Correspondence in English (Overseas), 252.232-7008, Assignment of Claims (Overseas), 252.233-7001, Choice of Law (Overseas), 52.203-3, Gratuities, 52.217-8, Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) calendar days prior to the expiration of the existing contract. 52.217-9, Option to Extend the Terms of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) calendar days prior to the expiration of the existing contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.233-2, Service of Protest. 5352.242-9000, Contractor Access to Air Force Installations, (xv) Special Requirements. (1) Pre-Proposal Conference. Pre-proposal conference will be conducted in the Contracting Squadron, Bldg. S-302, Misawa Air Base, Japan on 28 May 04 1330 Japan Standard Time (JST). All prospective offerors are requested to attend this conference. Offerors shall provide 35 CONS/LGCB the full name, social security number, and passport number of attendees using the attached form via fax at 81-176-52-4793 or e-mail at shinobu.tadaka@misawa.af.mil no later than 21 May 04 1430 JST. The purpose of the conference is to familiarize all offerors with the terms and conditions of the solicitation and to discuss all aspects of the contract specifications and the performance standards contained therein. To ensure the conference is meaningful to all attendees, offerors are requested to prepare questions using the attached form and provide them to 35 CONS/LGCB prior to the conference, no later than 21 May 04 1430 JST. Remarks and explanations or answers to the questions provided at this conference shall not qualify the terms of the solicitation. The terms of the solicitation including SOW remain unchanged unless the solicitation is amended in writing, will remain unchanged. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation amendments shall be applied. A complete record of this conference shall be made by detailed notes or tape recordings.?ESite visit will be held subsequent to the said Pre-Proposal Conference. (xvi) Closing Date, Time and Place offers. All offers are due to the 35th Contracting Squadron/LGCB, Misawa AB, Japan, no later than 4 Jun 04 1430, JST. Offerors shall submit proposal to the 35th Contracting Squadron/LGCB, Bldg. 302, Hirahara, Misawa-shi, Aomori-ken, Japan 033-0012, Attn: Shinobu Tadaka, Commercial Tel No. 81-176-57-2081, E-mail Shinobu.Tadaka@misawa.af.mil, or Yoshikatsu Nakamura, Commercial Tel No. 81-176-57-2447, E-mail Yoshikatsu.Nakamura@misawa.af.mil. Late Offers: Offerors are reminded that e-mail transmission of proposal prior to the closing date and time will not constitute a timely submission of proposal unless it is received by the Government prior to the closing date and time. Proposal received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Any prospective contractors must be registered in the Central Contractor Registration database prior to any contract award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. (xvii) Point of Contact are: Shinobu Tadaka, Buyer Commercial Tel No: 81-176-57-2081 Commercial Fax No: 81-176-52-4793 E-mail: Shinobu.Tadaka@misawa.af.mil Address: Bldg. 302, Hirahara, Misawa-shi, Aomori-ken, Japan 033-0012 Yoshikatsu Nakamura, Contracting Officer Commercial Tel No: 81-176-57-2447 Commercial Fax No: 81-176-52-4793 E-mail: Yoshikatsu.Nakamura@misawa.af.mil Address: Bldg. 302, Hirahara, Misawa-shi, Aomori-ken, Japan 033-0012
 
Place of Performance
Address: Misawa Air Base, 1-Chome, Hirahata, Misawa-shi, Aomori-ken
Zip Code: 033-0012
Country: Japan
 
Record
SN00584672-W 20040514/040512212150 (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 |
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.