Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

V -- Shuttle Service - Sound of Speed Air Show - Performance Work Statement

Notice Date
7/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
Department of the Army, National Guard Bureau, 139 MSG/MSC, MO ANG, ROSECRANS MEMORIAL AIRPORT, 705 MEMORIAL DRIVE, ST. JOSEPH, Missouri, 64503-9307, United States
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS-18-Q-6011
 
Point of Contact
Joshua R Zachariah, Phone: 8162363379
 
E-Mail Address
joshua.r.zachariah.mil@mail.mil
(joshua.r.zachariah.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement 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. This solicitation W912NS-18-Q-6011 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. This procurement is a total small business set aside. The NAICS code is 485113 and the small business size standard is $15.0M. The following commercial items are requested in this solicitation; CLIN 0001 - Shuttle Services (AUG 25-26 2018) Shuttle services for up to 10,000 people per day for the 2018 Sound of Speed Air Show in accordance with the attached Performance Work Statement. QTY: 1 Unit of Issue: JOB CLIN 0002: Contractor Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139 th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil QTY: 1 Unit of Issue: each Period of Performance: AUG 25-26 2018 FOB: Destination The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - representation (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel, DFARS 252.244-7000 Subcontracts for Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. Quotes are required to be received via email not later than 02 AUG 2018, 1100 CDT. Please send quotes to the following email addresses: joshua.r.zachariah.mil@mail.mil & Adam.d.danner.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS-18-Q-6011/listing.html)
 
Place of Performance
Address: St Joseph, Missouri, 64503, United States
Zip Code: 64503
 
Record
SN05004685-W 20180726/180724231038-a3ed3d13245e06c3402e890229fafd75 (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.