SOLICITATION NOTICE
X -- Racetrack Rental
- Notice Date
- 4/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711212
— Racetracks
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Kirtland AFB, NM ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland, New Mexico, 87117
- ZIP Code
- 87117
- Solicitation Number
- CL14-LH4070
- Archive Date
- 4/23/2014
- Point of Contact
- Antonio Anaya, Phone: 5052624689, Michael Knight, Phone: 505-262-4634
- E-Mail Address
-
antonio.anaya@us.af.mil, michael.knight@us..af.mil
(antonio.anaya@us.af.mil, michael.knight@us..af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are requested in response to this solicitation. A separate written solicitation will not be issued. The NAICS Code for this synopsis/solicitation is 711212. Solicitation No.: CL14-LH4070 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This acquisition is set aside for small business. Offerors shall provide proposals for the service requested for the National Assessment Group, Kirtland AFB, New Mexico. The Government intends to award one (1) Firm Fixed Price contract with one (1) contract line item number. The following specifications are required for this acquisition. 1. Racetrack in an enclosed fenced area with gated entrance and exits with an identification system for entrance to the test facility, for controlled access. 2. Gates are to be manned from 7:30AM to 5:30PM Monday through Friday beginning on 15 April 2014 through 24 April 2014. 3. Primary Test Strip: A straight paved roadway/raceway, minimum of one half (½) mile long, with runoff room on both sides of the track. 4. Secondary Test Strip: Unimproved secondary road, minimum of one half (½) mile long with runoff room on both sides of the track. 5. Test Strip must have 110 volt electrical power available, on site, for immediate use. 6. Test Strip must also have bathrooms on site. The National Assessment Group will transport vehicles, equipment and personnel to the test area. Transportation cost will be calculated using the Joint Travel Regulation (JTR) Volume II. Per Diem Rates will be calculated using the General Services Administration (GSA) Per Diem Rates. The Government will use the "if government owned automobile is available, Private Owned Vehicle (POV) mileage reembursment rates" to calculate the cost of using government vehicles to transport personnel and equipment between Kirtland Air Force Base, New Mexico and the offerors location. JTR and GSA per diem rates can be found at the following website: www.gsa.gov. The Government will evaluate Firm Fixed Price proposals based on Best Value to the Government and will award to the Offeror presenting the best price after factoring in all costs for transportation, travel and per diem for getting to and lodging government equipment and personnel at Offeror's location, from Kirtland AFB, NM and return to Kirtland AFB, NM. Costs for transportation, travel and per diem are not to be included in Offerors proposal. Those costs will be borne by the government. Those costs however will be adde to the Offerors' Firm Fixed Price for use of requested test facility, to determine overall cost to the Government in evaluation of best value. The Government will calculate transportation, travel and per diem costs as follows: · Per Diem for 6 personnel for 13 days at the test location. · Transportation cost for 7 vehicles from Albuquerque NM. (Kirtland AFB, NM 87117) to Offeror's facility and return. · Travel (round trip) between Kirtland AFB NM and Offeror's facility For any questions email Mr. Antonio Anaya at antonio.anaya@us.af.mil or Mr. Michael Knight at michael.knight@us.af.mil. Phone calls WILL NOT be accepted. Award will be made to the best value offeror, whose proposal is conforming to the requirements herein, is most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR Clause 52.212-01 - Instructions to Offerors - Commercial Items; FAR Clause 52.212-2 -- Evaluation - Commercial Items; FAR Clause 52.212-3 - Offeror Representations and Certifications Commercial Items; FAR Clause 52-212-04 - Contract Term and Conditions Commercial Items; FAR Clause 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.223-3; 52.233-4; 52.222-19; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232.33; The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov. Signed and dated Quotes, along with a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications will be sent via email to the following email address nag.contracting@kirtland.af.mil so as to arrive at the NAG email address not later than 9:00 AM (Mountain Daylight Time) 8 April 2014. All contractors submitting quotes must be registered in the SAM (System for Award Management) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov. Questions and or clarifications will not be answered after 9:00AM, 7 April 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/041302/CL14-LH4070/listing.html)
- Record
- SN03328669-W 20140405/140404000325-28a4357bb217feabfac6b8f18971df15 (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 |