|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1998 PSA#2239325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 U -- TRANING PROGRAM FOR ENERGY MANAGERS SOL F0863799QX260 DUE 122398
POC TSgt Benson@ (850)283-8622 or DSN 523-8622 or TSgt Hunter@
(850)283-8623 or DSN 523-8623 WEB: AETC Contracting Home Page,
http://www-contracting.aetc.af.mil. E-MAIL: Lawrence Kokocha, Lt.,
USAF, Lawrence.kokocha@tyndall.af.mil. The 325th Contracting Squadron
at Tyndall AFB FL intends to award a purchase order pursuant to FAR
12.6 for the purchase of a five (5) day on site training program for
energy managers. This is a combined synopsis/solicitation for
commercial services 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; proposals
are being requested and a written solicitation will not be issued. The
solicitation number is F08637-99-QX260 and is issued as a Request for
Quotation (RFQ). The solicitation document, incorporated provisions,
and clauses are those in effect through the Federal Acquisition
Circular 97-9. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS
CONCERNS in accordance with FAR Part 19. The contractor shall furnish
all labor, tools, parts, equipment, materials, supplies, personnel,
transportation and other items necessary to provide one (1)
comprehensive on site, 5 day trainingprogram for a maximum of 35 energy
managers which includes fundementals of energy management, cogeneration
and on site generation, light efficiency, and indoor air quality and
administer a four hour certification exam (CEM). The contractor shall
mail, review, and approve applications from prospective attendees for
the taking of the CEM exam. The contractor shall provide Two (2) fully
qualified instructors and appropriate program reference material. The
seminar will be held at Dobbins ARB, GA on 22 Feb 1999. The government
anticipates issuing a purchase order on a sole source basis with AEE
Energy Seminars and/or their authorized distributors. This notice of
intent is not a request for competitive proposals. A determination by
the not to compete this proposed contract based upon responses to this
notice is solely within the discretion of the government. The
requirement is for Tyndall AFB FL. Performance time is not to exceed 5
days, but the contractor may propose a shorter time. Hard copies of
the solicitation including the specification will NOT be provided. The
solicitation package including the Statement of Work (SOW) can be
obtained on HQ AETC Contracting Homepage at
http://www-contracting.aetc.af.mil/ . System format of the SOW is in
Microsoft Word 6.0/95. Prospective offerors shall be responsible for
checking the Homepage periodically for most current information
pertaining to this solicitation. Please acknowledge all requirements on
quotations. Please acknowledge all requirements on quotations. Offerors
must provide brochures/literature of the items being offered along with
their quote. The technical literature submitted needs to clearly
communicate the offeror's understanding and compliance with the minimum
requirements as set forth in the specifications or any alternative
proposal submitted in response to this RFQ. Discussions may or may not
be held with offeror's; therefore, each offeror's initial proposal
should be complete and accurate. Contractor shall employ best
commercial practices in all servicesperformed. The contractor shall
comply with all base security regulations and policy. The following
provisions and clauses can be viewed through internet access at the Air
Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR
52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following
provisions and clauses are incorporated by reference: FAR 52.212-1,
Instructions to Offerors, Commercial Items (AUG 1998); FAR 52.212-2,
Evaluation, Commercial Items (MAR 1998). Award will be made to the
offeror whose proposal represents the best value to the Government. The
following factors shall be used to evaluate offers:a combination of
technical evaluation, past performance, and price will determine best
value to the government. Technical compliance/acceptability and past
performance are more important than price. Alternative proposals are
encouraged. The minimum requirements as set forth in the Statement of
Work (SOW) reflect the Government's desired features. However,
alternative proposals demonstrating technically equivalent or
technically superior performance characteristics than those outlined in
the SOW will be considered. Offerors must provide along with their
quote, information regarding past performance. Offerors must submit
company names, addresses, telephone numbers, names, of contacts,
contract numbers, and any other pertinent information to document past
performance required by the Government. This information must include
at a minimum three contracts placed over the past three years. Past
performance will be used to evaluate the contractor's ability to
perform. The Government may conduct pre-award surveys to determine
offerors' technical and financial abilities to perform. Past
performance information should be submitted by 22-Dec-98; OFFERORS MUST
INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS
(JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND
CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract
Terms and Conditions -- Commercial Items. It is tailored as follows:
subparagraph c is changed to read: "Changes. Changes in the terms and
conditions of this contract may be made only by written agreement of
the parties with the exception of administrative changes such as
changes in paying office, appropriations data, etc. which may be
changed unilaterally by the Government." ; FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on
Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity
(Jan 1997), FAR 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns (Jun 1997); FAR 52.219-14,
Limitations on Subcontracting (Dec 1996); FAR 52.222-26, Equal
Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998);FAR
52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998);
FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era (Apr 1988); FAR 52.222-41, Service Contract Act of
1965, As Amended (May 1989). Wage Determination No. 94-2133, Revision
13, dated 2-Sep-98 applies. Wage Determination may be accessed
electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May
1989) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE
DETERMINATION. EMPLOYEE CLASS Instructor, MONETARY WAGE/FRINGE
BENEFITSGS-9; FAR 52.222-43, Fair Labor Standards Act and Service
Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May
1989); FAR 52.225-3, Buy American Act-Supplies (Jan 1994); FAR
52.225-18, European Sanction for End Products (Jan 1996); FAR
52.232-33, Mandatory Information for Electronic Funds Transfer Payment
(Aug 1996) is required; FAR 52.233-3, Protest After Award (Aug 1996);
FAR 52.237-1, Site Visit (Apr 1984). FAR 52.237-2, Protection of
Government Buildings, Equipment, and Vegetation (Apr 1984); 52.247-34,
F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004,
REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to
receiving any contract award, contractors must be registered in the
Central Contract Registration (CCR). If not already registered, you
should immediately register with CCR by calling 1-888-227-2423 or via
the Internet at http://ccr.edi.disa.mil. On-line registration with the
CCR is also available at the Small Business Administration Internet
address (www.sbaonline.sba.gov). Confirmation of CCR registration must
be obtained before award can be made. DFARS 252.225-7001, Buy American
Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy
American Act -- Trade Agreements -- Balance of Payment Program (Mar
1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities
(Sep 1997); DFARS 252.225-7036, Buy American Act -- North American
Free Trade Agreement Implementation Act -- Balance of Payment Program
(Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov
1995); DFARS 252.227-7037, Validation of Restrictive Markings in
Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic
Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests
for Equitable Adjustment (Jul 1997). The following AETC FAR Supplement
clause applies: 5352.237-9001 Performance Conference (Jul 93)
Offerors/bidders are hereby advised that if they are awarded a contract
as a result of this solicitation, they may be required to appear at the
325th Contracting Squadron, Building Number 647, 501 Illinois Avenue,
Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance
conference prior to commencement of an work on the military
installation. Quotes should reference RFQ No. F08637-99-QX260. Offers
must be sent in writing/fax to the Purchasing Agent Tsgt Benson no
later than 23-Dec-98 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: Tsgt
Benson, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more
information contact the administrator Tsgt Benson at (850) 283-8622 or
Tsgt Hunter at (850) 283-8623. You may also email
Mark.Benson@tyndall.af.mil. Posted 12/08/98 (W-SN278243). (0342) Loren Data Corp. http://www.ld.com (SYN# 0106 19981210\U-0004.SOL)
U - Education and Training Services Index Page
|
|