SOLICITATION NOTICE
R -- United States Band Joint Open House
- Notice Date
- 6/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
- ZIP Code
- 20032
- Solicitation Number
- FA7012-09-R-0011
- Archive Date
- 7/7/2009
- Point of Contact
- Anthony Vaughn, Phone: 202-404-8342, Shawntara S. Govan, Phone: 202-404-8343
- E-Mail Address
-
anthony.vaughn.ctr@afncr.af.mil, shawntara.govan@afncr.af.mil
(anthony.vaughn.ctr@afncr.af.mil, shawntara.govan@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Competitive Synopsis/Solicitation 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) and the reference number is FA7012-09-R-0011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The North American Industry Classification System code is 512110 with a business size standard of $29.5 million. The proposed contract is 100 percent set-aside for small business. CONTRACT LINE ITEMS: 0001: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide production support for the 4th of July United States Band Joint Open House. The contractor services shall be performed at Bolling AFB, Washington, DC 20032 in accordance with the statement of work (SOW) below. The period of performance is from 26 June 2009 through 04 Jul 2009. LINE ITEM 0001: Staging Truck; in accordance with paragraph 1.1.1; QTY: 1 EA, UNIT PRICE: _________, EXTENDED AMOUNT: _________. LINE ITEM 0002: Lighting Services; in accordance with paragraph 1.1.2; QTY: 1 EA, UNIT PRICE: _________. EXTENDED AMOUNT: __________. LINE ITEM 0003: Audio Services; in accordance with paragraph 1.1.3; QTY: 1 EA, UNIT PRICE: _________, EXTENDED AMOUNT: _________. LINE ITEM 0004: Mobile Power Services; in accordance with paragraph 1.1.4; QTY: 1 EA, UNIT PRICE: _________. EXTENDED AMOUNT: __________. LINE ITEM 0005: Additional Staging; in accordance with paragraph 1.1.5; QTY: 1 EA, UNIT PRICE: _________, EXTENDED AMOUNT: _________. LINE ITEM 0006: Communication Services; in accordance with paragraph 1.1.6; QTY: 1 EA, UNIT PRICE: _________. EXTENDED AMOUNT: __________. LINE ITEM 0007: Barricade Services; in accordance with paragraph 1.1.7; QTY: 1 EA, UNIT PRICE: _________, EXTENDED AMOUNT: _________. LINE ITEM 0008: Miscellaneous Services; in accordance with paragraph 1.1.8; QTY: 1 EA, UNIT PRICE: _________. EXTENDED AMOUNT: __________. LINE ITEM 0009: Video Services; in accordance with paragraph 1.1.9; QTY: 1 EA, UNIT PRICE: _________, EXTENDED AMOUNT: _________. 1.0. DESCRIPTION OF SERVICE 1.1. SCOPE OF WORK. This is a live event for a live audience of at least 10,000 people on Bolling AFB. The Production meeting shall take place on 26 JUN 09 at Bolling AFB. The load-in shall take place on 2 JUL 09, sound-check and dress rehearsal on 3 JUL 09, and a performance on 4 JUL 09. The Contractor shall provide staging truck services, lighting services, audio services, mobile power services, additional staging services, communications, barricades, certain miscellaneous services, and video services, for on-site execution of the event. In addition, the Contractor shall submit an itemized list of technical gear that comprises each system for determination of technical acceptability. 1.1.1. STAGING TRUCK SERVICES: The Contractor shall provide a self-contained mobile stage with roof and wind walls on the rear and sides. The minimum dimensions of the stage shall be 40' x 40' x 6' High. The sound outrigger arms must be able to support at least 4000 lbs. The roof must be at least 27' high and be able to support 16,000 lbs even load. Stage shall have stairs with handrails on each side of the stage. A safety hand rail must be in place on the rear and sides of the stage. The stage must be setup and safe to work on in 2.5 hours from the load in time of 0800 hrs on 02 JUL 09. 1.1.2. LIGHTING SERVICES: The Contractor shall provide a complete stage lighting system to be hung from the roof of the stage. The system shall have the following minimum capabilities: 5-color full stage wash, downstage audience blinders, and all lighting is fully dimmable. At the Front of House (FOH) location the contractor shall provide 2 spotlights capable of adequately spotting the stage from a minimum distance of 125' and a lighting control console capable of controlling all onstage lighting. 1.1.3. AUDIO SERVICES: The Contractor shall provide a complete outdoor concert audio system with full monitor console support and two audio delay towers. The Speaker system shall, at a minimum, provide 110 db, 20,000 - 20 Hz audio coverage to an audience of 6,000 spread over 10,000 square feet outdoors. The speaker system shall contain all equalization (eq), delays and system optimization components for adjustment by USAF personnel. The main console shall be able to accommodate at least 50 channels of audio simultaneously. The Monitor System shall be able to provide 12 separate mixes simultaneously with the use of single wedges, side fills, drum fills or in-ears as needed. Delay towers shall provide modest coverage at 85 db, 20,000 - 150 Hz over 1000 square feet. Delays must be self-contained with all delays, eq and processing and obtain audio signal through a wireless system 1.1.4. MOBILE POWER SERVICES: The Contractor shall provide adequate power for all equipment that the contractor provides. All generators shall exceed the maximum current draw of all systems. All generators shall be silenced. Contractor is responsible for all servicing and fuel of the generators. 1.1.5. ADDITIONAL STAGING SERVICES: The Contractor shall provide a FOH platform that is 10' x 14' x 1' high, with safety rails on all sides. Platform shall be covered and have weather protection on sides. The contractor shall provide 2-Followspot towers that are 7' x 7' x 6' High. Spot towers shall have safety rails on all sides. 1.1.6. COMMUNICATION SERVICES: The Contractor shall provide a 2-channel hard wires communications system with a minimum of 8 belt-packs and headsets. A base station shall be placed at the FOH location. Flasher alert devices shall be placed at the FOH, Monitor, Lighting Control and Stage Locations. 1.1.7 BARRICADE SERVICES: At a minimum the contractor shall provide twenty 3.5' Steel barricades for cordoning off the stage area. The contractor shall also provide adequate bicycle racks to create a cable path to the FOH location, approximately 125'. 1.1.8. MISC. SERVICES: The Contractor shall provide 100' x 12' x 1" ground protection flooring to provide a path and pad for the truck to operate upon. Contractor shall provide a motorized lift to facilitate focus and any other aerial needs on stage. Contractor shall provide at a minimum 150- 3' cable ramps to be used as needed around the staging area. The contractor shall provide two loading ramps. Contractor shall provide all cables, and any accessories needed to operate all of the gear provide by the contractor. 1.1.9 VIDEO SERVICES: Video Services shall consist of a high quality three camera switching system with BetaSP and DVD playback capability. System shall be able to store stills and project images from a laptop computer. All cameras shall have CCU's and adequate cabling, tripods, studio kits, appropriate lenses, camera risers and accessories. Camera locations shall be determined at production meeting. Video system shall have its own communications package that is separate from the audio/lighting communication. The Video System shall have 2 LED walls as the Image Magnification Display device. The walls shall be 4:3 aspect ratio. The Video Crew shall provide its own tent located behind the stage. Size shall be determined by contractor. 1.2. QUALITY CONTROL (QC). The contractor shall develop and maintain a QC inspection system that encompasses all functions of the contract. The QC inspection system shall satisfy the requirements in the Inspection/Acceptance portions of FAR 52.212-4. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. 1.3. QUALITY ASSURANCE (QA). The government will periodically evaluate the contractor's performance to protect their interest. Personnel performing the QA function shall have sufficient, well-defined responsibility, authority, and the organizational freedom to identify and evaluate quality problems and to initiate, recommend, or provide solutions. The QA function shall ensure that timely and effective corrective action is obtained for all deficiencies identified by the Government. All deficiency responses shall include identification of the cause of the deficiency, actions taken to preclude recurrence. 1.4. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct nonconforming services. 1.5. HOURS OF OPERATION: The contractor shall ensure that key personnel attend the production meeting on 26 JUN 09 at Bolling AFB. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period 26 JUN 09 - 5 JUL 09. All key personnel shall be on-site and available from 2 JUL 09- 5 JUL 09 as determined necessary based on coordination with the USAF Band Producer. During this period, specific rehearsal times, arrival times, and release times shall be subject to change and the contractor shall meet the requirements necessary to fulfill the production expectations. The contractor shall ensure key personnel can be contacted immediately if an emergency meeting or change in schedule becomes necessary. All meetings and services shall occur at Bolling AFB DC 20032. The tentative schedule is as follows: Production Meeting 26 JUN 09 1100 Load-In 02 JUL 09 0800-1700 Cue to Cue Tech Rehearsal 03 JUL 09 1200-1800 Show and Taping 04 JUL 09 1100-2300 Load-Out 04 JUL 09 2330 1.6. COMPLIANCE WITH LAWS AND REGULATIONS. The service provider shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, permits, Department of Defense (DoD), AF, and base requirements and instructions required for the performance of the duties in this SOW. The service provider shall ensure policies and procedures are established that protect the safety and welfare of customers, employees, and the community to minimize or eliminate safety or environmental pollution risks. 1.7. INDEMNIFICATION: The contractor agrees to indemnify and hold the Government and the Department of the Air Force harmless, whether in tort or in contract, for any and all loss or liability for injury to or death of service provider personnel in transit to, from or during the period of attendance at any of the required locations in support of this production. 1.8. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 1.9. BASE ACCESS. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and Registration. Vehicle registration, proof of insurance and a valid driver's license must be presented for all vehicles to be registered. The contractor must submit a complete list of all employees performing on this contract through the Contracting Officer to the Security Forces. Lost vehicle and entry passes shall be reported immediately to Security Police and the QAP. 1.10. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Act (OSHA) as needed. 1.11. RETRIEVING IDENTIFICATION MEDIA. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 1.12. RIGHTS AND ROYALTIES: All rights and royalties resulting from the production of this musical shall become the property of the United States Air Force and the United States Air Force Band. The contractor shall not have any rights to potential royalties, now or in the future, as a result of their performance under the terms and conditions of this contract. 1.13. CONTRACTOR FURNISHED ITEMS AND SERVICES. The contractor shall furnish all items listed in Paragraphs 1.1.1 - 1.1.9. Any substitution of equipment must be approved in writing by the Government. 1.14. CONTRACTOR PERSONNEL. 1.14.1. MANAGEMENT. The contractor shall provide a full time contract manager on site who shall be responsible for the performance of work. The name(s) of the person, and alternate shall be designated in writing to the contracting officer prior to the contract start. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times to meet at Bolling AFB with government personnel (designated by the contracting officer) to discuss problem areas. 1.15. CONTRACTOR EMPLOYEES. The contractor shall provide qualified and trained employees, for all equipment used in this contract. The Staging Supervisors and Staging Crew shall have a minimum of 5 years experience. The Head Audio, Head Audio Assistant and Audio Crew shall have a minimum of 5 years of experience with live music programs. The Lighting Director and Lighting Crew shall have a minimum of 5 years of professional lighting experience conducting live events. The Master Electrician shall have a minimum of 5 years of professional experience as a master electrician for live events. The Head Video, Video Assistants and Video Crew shall have a minimum of 5 years of experience. The contractor shall provide qualified and trained Camera operators and LED wall technicians with a minimum of 5 year experience. The contactor shall provide with their proposal resumes/certifications substantiating the qualifications of employees' performance for this contract. The Contractor shall list examples of work that clearly demonstrate the Contractor's ability to support the location production of a live musical show for an audience of 10,000. 1.17.2. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 1.17.3. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force regulations concerning conduct of employees. 2. SERVICE SUMMARY. Performance Objective SOW Para Performance Threshold STAGING TRUCK SERVICES 1.1.1 100% LIGHTING SERVICES 1.1.2 100% AUDIO SERVICES 1.1.3 100% MOBILE POWER SERVICES 1.1.4 100% ADDITIONAL STAGING SERVICES 1.1.5 100% COMMUNICATION SERVICES 1.1.6 100% BARRICADE SERVICES 1.1.7 100% MISC. SERVICES 1.1.8 100% VIDEO SERVICES 1.1.9 100% INSPECTON AND ACCEPTANCE TERMS: Services shall be Accepted will be at 201 MCCHORD STREET, Bolling AFB, Washington D.C. 20032. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.214-31(f) (1) Fax Number (202) 767-7887 (2) Sharp FO-DC600, 52.214-34, 52.214-35, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000, and 252.225-7000. ADDENDUM TO 52.212-1, INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) Add paragraph (m), Preparation of Proposal. 1. This section specifies the format that offerors shall use in this Request for Proposal (RFP). The intent is not to restrict the offerors in the manner in which they will perform their work, but rather to ensure a certain degree of uniformity in the format of the response for evaluation purposes. 2. The Government contemplates incorporating the price proposal into any resulting contract. The Government, at its discretion, may incorporate all or portions of an offeror's proposal at contract award. 3. The offeror's proposal shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror's proposal. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 4. Special Instructions: To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of two (2) separate parts; Part I -Technical Proposal and Part II - Price Proposal. A. PART I -TECHNICAL PROPOSAL - Submit an original and one (1) copy. Technical Capability: Subfactors: Management/Key Personnel and Quality Control Plan i. Subfactor 1 - Management: The offeror shall outline functional relationships and lines of authority and responsibility. The offeror shall describe how he/she will develop an effective approach to quickly provide qualified personnel to perform the required services. The offeror shall provide functional statements of duties and responsibilities of each organizational element clearly delineating the distribution of work requirements to cover all areas of the SOW depicting work breakdown structure, numbers of people, and labor category description. The offeror shall submit adequate resumes for key personnel. The offeror shall provide sufficient information within the resumes to detail the personnel education, experience as well as any other information relative to performance of this contract. The extent, depth and quality of the key personnel's relevant work experience, as well as the quality and applicability of their education technical experience and professional development as they relate to their proposed position in performance of the contract shall be evaluated. Failure to submit resumes on key personnel may result in the offeror's proposal being eliminated from further consideration for award for failure to submit an acceptable proposal. ii. Subfactor 2 - Quality Control: The contractor shall submitt a plan addressing all of the requirements of the SOW; addressing all aspects of quality control to include responsibility of work; resolution of deficiencies; identify and prevent defective services; identify key quality control and inspection personnel; interface with government personnel to be complied with all requirements of the SOW. B. PART II - PRICE PROPOSAL - Submit an original and one (1) copy. Complete line items 0001 through 0009. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will select the best overall offer based on price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the evaluation criterias outlined at FAR 52.212-2 of the solicitation. The Government will evaluate proposals based on the following factors: Technical Capability and Price. Technical capability is further divided into the following subfactors, listed in descending order of importance: Management and Quality Control. Price is more important after technical capability is deemed acceptable when being evaluated. A decision on the technical acceptability of each offeror's proposal shall be made. Only those offerors determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. A rating of unacceptable will render the entire proposal unacceptable. The Government will determine technical acceptability as described by the evaluation factors. The evaluation process shall proceed as follows: DESCRIPTION OF FACTORS and EVALUATION PROCEDURES: 1. Technical Proposal The offeror's proposal shall, as a minimum, address each of the following subfactors, as they apply to the Statement of Work (SOW). During evaluations of each proposal, the Government will assign each subfactor shown below a rating and a written narrative reflecting the subfactor's strengths and weaknesses. The Government WILL NOT roll up subfactor ratings into an overall rating for technical capability. Technical Capability Subfactors (1) Management (2) Quality Control The following technical evaluation factors will be evaluated and rated according to the chart listed below: Rating Definition Acceptable Acceptable - meets minimum mandatory requirements. Unacceptable Unacceptable - does not meet minimum mandatory requirements. Factor 2 - Technical Capability (i) Description of Factor: The Government will evaluate the technical proposals based on an acceptable/unacceptable standard. Discussions/negotiations may be held on technical proposals. Each technical proposal will be reviewed and a determination shall be made as to whether it is acceptable or unacceptable based on the evaluation criteria described herein. If a technical proposal is determined unacceptable, the offeror will be excluded from the competition and they will not progress to the next round of evaluations. Subfactor 1: Management Description of Subfactor 1: This subfactor evaluates the offeror's proposed organizational structure and staffing to effectively accomplish the work required in the SOW. (A) The standard is met when a detail plan is developed describing the functional relationships, lines of authroity and responsibility; sustaining trained and qualified personnel; responsibilites of of the workload; meeting the requirements; and numbers of people and labor category description for this contract. (B) The standard is met when adequate resumes for key personnel are provided with sufficient information indicating personnel education, experience as well as any other information relative to performance of this contract. The extent, depth and quality of the key personnel's relevant work experience, as well as the quality and applicability of their education technical experience and professional development as they relate to their proposed position in performance of the contract shall be evaluated. Subfactor 2: Quality Control Description of Subfactor 2: The proposal shall include a plan addressing all of the requirements of the SOW. The standard is met when a plan submitted addressing all of the requirements of the SOW; addressing all aspects of quality control to include responsibility of work; resolution of deficiencies; identify and prevent defective services; identify key quality control and inspection personnel; interface with government personnel to be complied with all requirements of the SOW. 2. Price Factor (i) This factor will evaluated the cost proposal to determine price analysis and price reasonableness of the proposed total evaluated price. (ii) An offeror's proposed price will be determined by multiplying the quantities identified in the Price Schedule by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each CLIN. All responsible offers that conform to the solicitation requirements will be ranked according to price. (iii) Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be ground for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. Review of the offeror price data will consist of an analysis to determine the following: (A) Price Analysis. All cost and financial information required by the RFP there to have been submitted. One or more of the following techniques may be used to perform price analysis. (1) Comparison of proposed prices received in response to the solicitation. (2) Comparison if prior proposed prices and contract prices with current proposed prices received for the same or similar end items. (3) Comparison of proposed prices with Independent Government Estimates (IGE). (B) Price Reasonableness. Each proposal will be evaluated to determine whether the government considers the proposed price to be reasonable. The government will evaluate price reasonableness in relation to commercial or market price lists, IGCE, or any other information used as a basis or comparison. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.204-7, 52.223-5, 52.223-6, 52.237-2, 52.252-2: http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001: 252.232-7003, 252.232-7006, 252.246-7000 and 252.247-7023 Alt III, 252.225-7001, 252.225-7002, 252.232-7010, 252.243-7001, 252.247-7024, 5352.223-9001, and 5352.242-9000: (c) Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762 Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-1, 52.232-33, 52.233-3, 52.233-4, 52.237-2, 52.237-3 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Photographer IV, Monetary Wage-Fringe Benefits: GS-09, $24.15; Employee Class: Computer Operator IV, Monetary Wage-Fringe Benefits: GS-07, $19.75; Employee Class: Electronics Technician Maintenance III, Monetary Wage-Fringe Benefits: WG-10, $25.77; Employee Class: Laborer, Monetary Wage-Fringe Benefits: WG-02, $13.10, Employee Class: Engineering Technician IV, Monetary Wage-Fringe Benefits: GS-07, $19.75. The incorporated Wage Determination 2005-2103 (Rev. 8), dated June 2, 2009, revision 8 is applicable. The web site is http://www.wdol.gov. Notice to Offerors: The Government reserves the right to make multiple awards from this requirement. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 22 June 2009 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to anthony.vaughn.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Anthony Vaughn at (202) 404-8342, FAX (202) 767-7887 or e-mailed to anthony.vaughn.ctr@afncr.af.mil or Shawntara Govan at (202) 767-7978, FAX (202) 767-8097 or e-mailed to Shawntara.Govan@afncr.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-09-R-0011/listing.html)
- Place of Performance
- Address: Bolling AFB, Washington, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN01841923-W 20090613/090611234901-7e03bfcd223c13222d9749a56539101f (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 |