Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2010 FBO #2973
SOLICITATION NOTICE

R -- Eglin Air Force Base Gate to Gate Run/Walk

Notice Date
1/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711320 — Promoters of Performing Arts, Sports, and Similar Events without Facilities
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3CL9348A001
 
Archive Date
2/3/2010
 
Point of Contact
Tara Creekmore, Phone: 8508710341, Jamie M. Arthur, Phone: 8508825576
 
E-Mail Address
tara.creekmore@eglin.af.mil, jamie.arthur@eglin.af.mil
(tara.creekmore@eglin.af.mil, jamie.arthur@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for scoring/management of the 2010 Eglin Air Force Base Gate to Gate Run/Walk IAW the included Performance Work Statement. THIS CONTRACT SHALL INCLUDE A BASE YEAR AND FOUR OPTION PERIODS. Option periods are contingent of sufficient funding. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T3CL9348A001. The North American Industry Classification System (NAICS) code for this acquisition is 711320 with a size standard of $7,000,000. This combined synopsis/solicitation is set aside for small business concerns. The Performance Work Statement is as follows: 1. PURPOSE: The purpose of this performance work statement is to define all work/supplies required by the contractor in association with the 2010 Gate to Gate 4.4 mile Run/Walk scheduled for 31 May 2010 between 0500 and 1200. 2. SCORING: The contractor shall provide all scoring personnel, data collection equipment, and all other technical support required to successfully execute the timing, scoring, and post-race awards. a. Contractor must utilize a disposable RFID scoring system to accurately identify finish times and places for all race participants. No post race collection of RFID devices shall be required. Contractor must be able to demonstrate that the contractor has successfully utilized an RFID system in previous sporting events. CONTRACTOR SHALL UTILIZE GOVERNMENT PROVIDED RFID TAGS. b. Contractor shall provide complete results and award listing for all participates, which includes runners, walkers, and wheelchair participants, with a physical posting of race results. i. Race results must be able to interface with existing Cox Cable real-time display system. ii. Race awards and results shall be published on Activity.com no later than one week from the date of the race. c. Contractor shall provide accurate participant registration numbers so the government may order a correct number of race numbering bibs. CONTRACTOR SHALL NOT PURCHASE BIBS. d. Contractor shall provide a finish line structure and back-up equipment to support the execution of the race timing and scoring as well as on-site support to mark the race course prior to the race. e. Contractor shall coordinate synchronization of split time clocks, with accurate race times, at all mile markers on the course with race volunteers specified by the race management. 3. PLANNING: The contractor shall: a. Provide on-site technical and data entry assistance for pre-race planning and race organizational meetings. b. Provide technical assistance to set up and maintain online registration activities utilizing the current Active.com registration system. c. Provide on-site technical support with data entry for all registration and package pickup days (1100-1700 on registration days at Santa Rosa Mall and Eglin AFB BX. Registration days include one day at each location to be determined by the contractor). d. Provide post race data management of registration errors and corrections to all results and awards listings as identified by the race management. e. Provide on-site technical support experience, information, and assistance for the post race wrap-up meeting and assist with collection of information for planning the 2011 race. 4. OPTIONS: This contract shall contain a base year and four option years dependent upon future funding. The service requirements shall remain unchanged for all subsequent years. 5. CONTACT INFORMATION: All questions or concerns concerning this contract shall be directed to either SrA Creekmore, Contract Specialist, at 850-882-0341 or Jamie Arthur, Contracting Officer at 850-882-3098. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capibility is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for 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; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.247-34 FOB Destination • 52.233-2, Service of Protest; • 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), • 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), • 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. • 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), • 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), • 252-232.7003, Electronic Submission of Payment Report, (JAN 04), • 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), • 252.225-7002 Qualifying Country Sources as Subcontractors, • 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKBD by email at tara.creekmore@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T3CL9348A001/listing.html)
 
Place of Performance
Address: 404 N Seventh St, Ste C, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02040180-W 20100114/100112234637-a19d3b2460b1f2ad32b1827dbd4512de (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.