Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
SOLICITATION NOTICE

99 -- P-38 Lightning Performance - RFQ - Wage Determination 05-2295 - SOW Dated 3/25/2014

Notice Date
3/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
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
F1N0A24084AA01
 
Archive Date
4/15/2014
 
Point of Contact
Terrell Phillips, Phone: 6624343751, Jacqueline May Littlefield, Phone: 6624347784
 
E-Mail Address
terrell.phillips.1@us.af.mil, jacqueline.littlefield.1@us.af.mil
(terrell.phillips.1@us.af.mil, jacqueline.littlefield.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work, Dated 3/25/2014 Wage Determination 05-2295 Request For Quote Template 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 F1N0A24084AA01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This acquisition is being solicited as Full and Open. The associated North American Industry Classification System (NAICS) code is 711219, and the small business size standard is $10 Million. Columbus Air Force Base has a requirement for a P-38 Lightening aerobatic performance during the 2014 Wings Over Columbus Air Show. The offeror shall provide all personnel, labor, materials, equipment, management, supervision, coordination, lodging and transporation required to accomplish this work unless otherwise stated in the attached SOW. POP: April 5 th and 6 th 2014, offeror and crew shall be on-site NLT 1200 CST on 4 April 2014 and remain through the duration of the Air Show over the following 2 days. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710 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 17, dated 19 June 13 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 dated 3/25/14 Contact Terrell Phillips, Contracting Specialist, telephone (662) 434-3751 or e-mail: terrell.phillips.1@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 31 Mar 2014 by 1:00 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. Attachements: SOW dated 3/25/14 Department of Labor Wage Determination #2005-2295 dated 6/19/2013 Request for Quotation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N0A24084AA01/listing.html)
 
Place of Performance
Address: Columbus Air Force Base, Columbus, Mississippi, 39705, United States
Zip Code: 39705
 
Record
SN03319211-W 20140327/140325234342-087b45a410b15479b6fd8900fb3ec85d (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.