SOLICITATION NOTICE
G -- Sports Officiating and Scorekeeping Services
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711219
— Other Spectator Sports
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019215Q7054
- Response Due
- 9/10/2015
- Archive Date
- 9/25/2015
- Point of Contact
- RoAnna K. Peredo (671)366-4947
- Small Business Set-Aside
- Total Small Business
- Description
- I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-15-Q-7054. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83 effective date 03 August 2015. IV. This acquisition is set aside 100% for small businesses in accordance with FAR 19.502-2(a). The North American Industrial Classification System (NAICS) code is 711219 and the small business size standard is $11.0 Million. V. Potential offerors are to quote on the following Contract Line Items: The Government intends to award a firm-fixed price contract for the following contract line items description, quantity and unit of issue: CLINDescriptionQuantityUnit of Issue 0001Basic Year (POP: 01 OCT 15-30 SEP 16)1Each All requirements must be met as stated in Attachment 1, Statement of Work (SOW). VI. Contractor shall review the above Period of Performances (POP) and be available during the time requested as reference in SOW. VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Apr 2014) applies to this acquisition. (1)Technical acceptability: Quotes must include a written statement that demonstrates the offeror s ability to provide the service detailed in the SOW. (2)Price: Prices must be submitted for CLIN 0001. This is an all-or-none request; multiple awards will not be made. Note: Offerors who fail to submit required documentation may be considered non responsive VIII. FAR 52.212-2, Evaluation Commercial Items (Oct 2014). Award will be based on lowest price technically acceptable in accordance with FAR 15.101-2. As such, the Government will evaluate the expectation of best value resulting from selection of the technically acceptable proposal with the lowest evaluated price. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluations. Technical acceptability means meeting the minimum specifications under CLIN 0001 and providing the information required by FAR 52.212-1. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest price quote is deemed technical unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1.Price: Quotes will be listed in ascending order based on price from low to high. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a.Comparison of proposed prices received in response to the RFQ. b.Comparison of proposed prices with the IGCE. c.Comparison of proposed prices with available historical information. d.Comparison of market survey results. 2.Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNCIAL CRITERIA RATINGS - RATING DEFINITION Acceptable - Quote clearly meets the minimum requirements of the solicitation. Unacceptable - Quote does not clearly meet the minimum requirements of the solicitation. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (May 2015), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.204-7, System for Award Management FAR 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-1, Small Business Program Representation FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act FAR 52.222-42, Statement of Equivalent Hires FAR 52.222-50, Combating Trafficking in Persons System for Award Management; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; XII. FAR 52.232-18, Availability of Funds (Apr 1984), applies to this acquisition. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001 Line Item Specific: Single Funding; DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7048, Export-Controlled items DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea Alt III All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Submit quotes via email to RoAnna K. Peredo at roanna.peredo@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1600 hours (Guam time) on 10 September 2015. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt. Please send any questions to the previous listed email for information regarding this solicitation no later than 5 September 2015 at 1000 hours (Guam time).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q7054/listing.html)
- Record
- SN03853929-W 20150827/150825235118-01501de8cd1272ef51203f87b78818ed (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 |