Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
MODIFICATION

U -- ARCTIC DOMAIN AND SECURITY ORIENTATION CURRICULUM

Notice Date
8/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-14-T-0082
 
Archive Date
9/3/2014
 
Point of Contact
Chad M. Michaud, Phone: 907-552-3352, Travis C. Beck, Phone: 907-552-5774
 
E-Mail Address
chad.michaud@us.af.mil, travis.beck@us.af.mil
(chad.michaud@us.af.mil, travis.beck@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': ARCTIC DOMAIN AND SECURITY ORIENTATION CURRICULUM MAINTENANCE AND PRESENTATION (i) 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 being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-14-T-0082 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 Jul 2014 and FAC 2005-75 effective 24 Jun 2014. The DFARS provisions and clauses are those in effect to DPN 20140624 effective 24 Jun 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 24 April 2014. (iv) This requirement is solicited under ‘Full and Open, unrestricted' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 611610 with a small business size standard of $27.5 Million. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) The period of performance for this requirement is as follows: Base Period: 25 Aug 2014 - 24 Aug 15 Option 1: 25 Aug 2015 - 24 Aug 16 (viii) FAR 52.212-1 Instructions to Vendors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (May 2014), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (June 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action for Workers with Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line-Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 AFFARS 5352.201-9101 Ombudsman Nov 2014 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 673d Contracting Squadron/LGCC Attn: SSgt Chad Michaud, e-mail: chad.michaud@us.af.mil Please forward all questions to SSgt Chad Michaud at chad.michaud@us.af.mil no later than 10AM AKDT on 13 August 2014. An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 2PM AKDT on 19 August 2014; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to SSgt Chad Michaud at chad.michaud@us.af.mil. For information regarding this solicitation, contact SSgt Chad Michaud at chad.michaud@us.af.mil. List of Attachments: • Attachment 1: Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0082/listing.html)
 
Place of Performance
Address: Please see PWS for locations, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03469029-W 20140820/140818235435-96d82408d3451df465301bf5b5bfde13 (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.