SOLICITATION NOTICE
V -- Aerobatic F4U COrsair Performance at Columbus AFB Air Show - Package #1
- Notice Date
- 2/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- 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
- F1N0A24032A001
- Archive Date
- 3/15/2014
- Point of Contact
- Bradford Erdmann, Phone: 6624343661
- E-Mail Address
-
bradford.erdmann@us.af.mil
(bradford.erdmann@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Request for Quotes This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, 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 F1N0A24032A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This acquisition is a Full and Open. The associated North American Industry Classification System (NAICS) code is 713990, and the small business size standard is $35.5 Million. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Aerobatic F4U Corsair Performance at Columbus AFB Air Show in accordance with the attached Statement of Work (SOW) dated 20 Feb 2014. Required Period of Performance (POP):4 Apr 14 - 6 Apr 14. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710-1006. 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 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.217-9, Option to Extend the Term of the Contract, 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; 52.204-99 System for Award Management Registration; 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: 52.219-6, 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; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 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 and Rate, Wage Determination number: 2005-2295, Revision 14, dated 13 July 12 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 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; 252.225-7001, Buy American Act and Balance of Payments Program; 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 System for Award Management (SAM) as prescribed in FAR 52.204-99. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. 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: Award will be based on the best value to the Government in terms of price, and technical acceptability. A proposal will be considered technically acceptable as long as it meets the requirements specified in the attached SOW, to include all requested documents listed in section 3: 3.2.2 Offeror shall have experience with large air shows (20,000+) attendees. Offeror shall provide proof of worked performed via performance worksheet or resume. 3.2.3 Offeror shall utilize a military or former military aircraft approved in AFI-10-004 or the Additional Approved Warbirds list provided by ACC/A3TA. 3.2.4 Pilot must be licensed by the Federal Aviation Administration and have extensive air show experience with the performance of formation and solo aerobatics. 3.2.5 Offeror shall provide Certificate of Insurance demonstrating at least $1,000,000 general liability policy covering all equipment and services provided by the organizer at the air show. 3.2.7 Offeror shall provide Civil Aircraft Certificate of Insurance (DD Form 2400), Civil Aircraft Landing Permit (DD Form 2401) and Civil Aircraft Hold Harmless Agreement (DD Form 2402) to Columbus AFB Airfield Management not later than 14 days before landing at Columbus AFB. Contact A1C Bradford Erdmann, Contract Administrator, telephone (662) 434-3661, fax (662) 434-7753 or e-mail: bradford.erdmann@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Administrator no later than 28 Feb 2014 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information 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. Attachments: 1. SOW dated 20 Feb 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N0A24032A001/listing.html)
- Place of Performance
- Address: 555 Seventh St. Suite 201, Columbus AFB, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03293334-W 20140223/140221234254-e90a738a7f127a585051ec7616511cbc (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 |