Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
MODIFICATION

R -- DISCOVERY CENTER COORDINATOR

Notice Date
8/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3MC2151A001
 
Archive Date
9/4/2012
 
Point of Contact
Desiree Snow, Phone: 662-434-7777, Betty J. Gill, Phone: 662-434-7782
 
E-Mail Address
desiree.snow@columbus.af.mil, betty.gill@columbus.af.mil
(desiree.snow@columbus.af.mil, betty.gill@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to delete FAR clauses 52.215-1 Instructions to Offeror- Competitive Acquistion and 52.223-6 Drug-Free Workplace. Furthermore, the solicitation close date has been extended to 23 Aug 12 @ 4:30 PM (CST). 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3MC2151A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is a 100% set-aside for small businesses. The associated North American Industry Classification System (NAICS) code is 611710, and the small business size standard is $7 Million. Columbus Air Force Base has a need for non-personal services to provide the following: FOB: Destination, performance at Columbus AFB, MS 39710. A Performance Work Statement (PWS) needed to quote on this requirement is incorporated and attached. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 52. 209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.215-1 Instructions to Offerors -- Competitive Acquisition; 52.219-1 Small Business Program Representations; 52.223-6 Drug-Free Workplace; 52.223-10 Waste Reduction Program; 52.232-1 Payments and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Award; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965: 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: labor category 15050 and rate of GS-9, $22.74. Wage Determination number: 05-2295, Revision 14, dated 6/13/2012 applies; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-14, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 alternate A, Central Contractor Registration; 252.232-7010, Levies on Contract Payments, and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Evaluation of offerors will be based on price and technical acceptability. An offeror is technically acceptable if there are no exceptions to the Statement of Work. Award will be made to the offer that represents the best value to the Government. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. Contact Desiree Snow, Contracting Specialist, telephone (662) 434-7777, fax (662) 434-7753 or e-mail: desiree.snow@columbus.af.mil, regarding any questions about this solicitation. The alternate contact is Betty Gill; Contracting Officer at betty.gill@columbus.af.mil, telephone number is (662) 434-7784. All offers must be submitted by email or fax to the Contracting Specialist no later than 20 Aug 2012 by 2:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3MC2151A001/listing.html)
 
Place of Performance
Address: 81 Ward Street, Columbus AFB, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02847403-W 20120822/120821000402-46951dee2cba8ba37b8d29cbffdedbcb (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.