Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

71 -- Sound, Light and Stage Equipment - Statemenrt of Work

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0509203A001
 
Archive Date
8/26/2009
 
Point of Contact
Nancy J. Crowell, Phone: 7074247773, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
nancy.crowell@travis.af.mil, josephine.cobb@travis.af.mil
(nancy.crowell@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work, lighting, sound and stage requirements. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z0509203A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 effective 15 Jul 09, Defense DCN 20090115 effective 15 Jan 09, and AFAC 2009-0318 effective 18 March 2009. The North American Industry Classification System (NAICS) code is 33999 The business size standard is 500 employees. The Federal Supply Class (FSC) is 7195. The Standard Industrial Classification (SIC) is 7359. Travis AFB intends to award a contract for stage, risers, electrical, sound and lighting in accordance with the attached item list: CLIN 00011 each Sound and light equipment in accordance with attached Statement of Work. NOTE: All contractor personnel must be able to read, write, speak and understand English. Set on the west side steps of the capital building, Sacramento, CA. Set up must be completed by NOON, 11 SEPTEMBER 2009 and must be removed immediately after the concert. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside and FAR 52.219-28, Post-award Small Business Program Representative. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; and FAR 52.252-6 Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 (Dev) Contract Terms and Conditions; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman and AFFARS 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Susbstance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to nancy.crowell@travis.af.mil or fax to 707-424-2712 NO LATER THAN 4 AUGUST 2009, 4:30 PM, PST and offers NO LATER THAN 11 AUGUST 2009, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7773. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0509203A001/listing.html)
 
Place of Performance
Address: West Side Steps of the Capital Building, Sacramento, California, United States
 
Record
SN01889632-W 20090730/090728235554-5b9875b29ef2e2bba8508460b3b94831 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.