SOLICITATION NOTICE
99 -- Air Show 2009
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 712110
— Museums
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3BK9188A001
- Point of Contact
- Jaime Morrison, Phone: 210-652-5121, Ricky L Harris, Phone: 210-652-5171
- E-Mail Address
-
jaime.morrison@randolph.af.mil, ricky.harris@randolph.af.mil
(jaime.morrison@randolph.af.mil, ricky.harris@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. The 12th Contracting Squadron, Randolph AFB TX, intends to award a contract to Commemorative Air Force to perform at the 2009 Randolph AFB Air Show. The act consist of the following : 1) 8 replica Japanese Aircraft composed of Zero fighters, Kate torpedo bombers and Val dive bombers. 2) Provide Pyrotechnics for numerous aircraft for both days. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3BK9188A001 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industry Classification System Code (NAICS) is 712110; size standard $7.0 Million. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications – Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions – Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items;52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration; 52.223-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 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 and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 3. FAR52.212-2, Evaluation – Commercial Items. 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. Addendum: Basis for Award: This is a competitive acquisition. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. The Government will make an award using the following factors: 1) Price: Offers shall propose on all items. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 2) Technical Capability: Offerors shall provide written evidence of capability to provide all the requiremenst in this combined synopsis/solicitation. 4. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. 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 RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within (6) calendar days after date of publication of this notice of intent. Written quotes must be received no later than 07 September 2009, 12:00p.m. Central Standard Time. Period of Performance shall begin 7 through 8 Novemeber 2009, unless otherwise negotiated. Point of Contact Mr. Jaime Morrison, Contract Specialist, Tel: 210-652-5121, Fax: 210-652-5135, jaime.morrison@randolph.af.mil or Mr. Ricky L. Harris, Contracting Officer, Tel: 210-652-5171, Fax: 210-652-5135, ricky.harris@randolph.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BK9188A001/listing.html)
- Place of Performance
- Address: Randolph Air Force Base, San Antonio, Texas 78150, RAFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01937202-W 20090904/090903000110-eff593f3d8caa2cd0ebb11cbb1d539df (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 |