SOLICITATION NOTICE
W -- Producation Equipment Lease and Support
- Notice Date
- 1/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8601-07-R-0014
- Response Due
- 3/2/2007
- Archive Date
- 7/5/2007
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSITATION FOR PRODUCTION EQUIPMENT LEASE AND SUPPORT SERVICES FA8601-07-R-0014 This is a combined synopsis/solicitation for production equipment lease and support services for the 2007 Air Force Tattoo to be held at Wright-Patterson AFB OH on 29 Jun 2007 (rain date 30 Jun 2007), a commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Due date for proposals is Friday, 2 March 2007, 9:00 AM EST. Quote package should be submitted to 88 CONS/PKBB (Robin M. Hass), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Hass@wpafb.af.mil. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation FA8601-07-R-0014 is a Request for Proposal (RFP). No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. Proposed acquisition is 100% set aside for small business. The associated North American Industrial Code (NAIC) is 532490, size standard of $6.5 Million applies. INSTRUCTIONS TO OFFERORS: A Firm Fixed Price type contract is anticipated with 1 (one) line item as described below. STAGE, SOUND AND LIGHT EQUIPMENT: Contractor shall provide all of the following: Rental and delivery of mobile stage units, public address system, scaffolding, towers, par lighting, video display screens and any other equipment as required to meet requirements of Statement of Work dated 26 Jan 07. Personnel, labor, travel, meals, lodging as required to meet requirements of Statement of Work dated 26 Jan 2007. Equipment shall be on site for load-in on Monday, 25 Jun 07, for rehearsals. Actual event takes place on Friday, 29 Jun 07 (or Saturday, 30 Jun 07, if rain date is needed). Contractor will provide all required technicians for setup, rehearsals, show, and teardown. Load-out will take place immediately following the event on Friday, 29 Jun 07 (or Saturday, 30 Jun 07, if rain date is needed). Estimated number of hours for technicians is in Statement of Work. Proposals must contain the following: Price quote, technical information on equipment offered and completed Representations and Certifications. Completed FAR 52.212-3, Offeror Representations and Certifications Commercial Items, which is attached. Technical information on equipment offered. This information must be sufficient to determine if equipment offered is equal to the brands specified in the attached Statement of Work. The names and phone numbers of at least two references for which you have provided similar services. NOTICE: Any order awarded as a result of this synopsitation will contain the requirement for use of the Government?s electronic invoicing system, Wide Area Workflow (WAWF). Instructions on use of WAWF will be contained in subsequent order document. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors Commercial FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Contract will be awarded on a best value basis, with technical and past performance being approximately equal to price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, which is attached at this web site and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-7, Central Contractor Registration 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) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Vets FAR 52.232-33, Payment by Electric Funds Transfer Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman, Fill In: Ms Debra Haley, ASC/AE, 1755 Eleventh St. B570, R113 WPAFB, OH 45433-7404, Telephone 937-255-5315, FAX 937-656-7193, e-mail: Debra.Haley@wpafb.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to AF Installations A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Robin M. Hass, 937-522-4647, or email Robin.Hass@wpafb.af.mil. All responsible small business sources may submit a quote package, including price quote, technical capability information, reference name and phone numbers and Reps and Certs to Robin Hass, 88 CONS/PKBB, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309. Proposals may be submitted via email, regular mail, or faxed to the attention of Robin M. Hass at 937-656-1412. Due date is Friday, 2 March 2007, 9:00 AM EST.
- Record
- SN01222793-W 20070202/070131220610 (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 |