|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1999 PSA#2474Department of the Air Force, Air Education and Training Command,
Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB,
FL, 32403-5526 U -- TRAINING SEMINAR FOR TYNDALL AFB SOL F0863700T0115 DUE 112499 POC
Darryl Barnes, Contract Specialist, Phone 850 283-8624, Fax 850
283-3963, Email darryl.barnes@tyndall.af.mil -- Tommy Leos, Contract
Specialist, Phone 850 283-8620, Fax 850 283-3963, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0863700T0115
&LocID=511. E-MAIL: Darryl Barnes, darryl.barnes@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 (5) five 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-
00-T0115 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 97-14. 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 training program for a maximum of 35 energy managers which includes
fundamentals of energy management, cogeneration and on site generation,
light efficiency, indoor air quality and administer a four hour
certification exam. 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 21 Feb 2000. The requirement is for Tyndall AFB FL.
The anticipated purchase order will be bilateral and performance time
is not to exceed 5 days, but the contractor may propose a shorter
time. 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
quote 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 services performed. 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 and
FAR 52.252-2, the following provisions and clauses are incorporated by
reference: FAR 52.212-1, Instructions to Offerors, Commercial Items;
FAR 52.212-2, Evaluation, Commercial Items. 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 description
reflect the Government_s desired features. However, alternative
proposals demonstrating technically equivalent or technically superior
performance characteristics than those outlined in the description
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 24 Nov 1999; OFFERORS
MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS
AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION,
COMMERCIAL ITEMS 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; FAR
52.203-6, Restrictions on Subcontractor Sales to the Government (Alt
1); 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; FAR 52.219-14,
Limitations on Subcontracting; FAR 52.222-26, Equal Opportunity
(Deviation); FAR 52.222-35, Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for
Workers with Disabilities; FAR 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41,
Service Contract Act of 1965, As Amended. Wage Determination No.
94-2121, Revision 13, dated 01 Jun 1999 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 THIS
STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION.
EMPLOYEE CLASS Instructor, MONETARY WAGE/FRINGE BENEFITS -9; FAR
52.222-43, Fair Labor Standards Act and Service Contract Act_Price
Adjustment (Multiple Year and Option Contracts); FAR 52.225-3, Buy
American Act_Supplies; FAR 52.225-18, European Sanction for End
Products; FAR 52.232-33, Mandatory Information for Electronic Funds
Transfer Payment is required; FAR 52.233-3, Protest After Award; FAR
52.237-1, Site Visit. FAR 52.237-2, Protection of Government Buildings,
Equipment, and Vegetation; 52.247-34, F.O.B. Destination (Nov 1991). In
accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR
REGISTRATION, 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; DFARS
252.225-7007, Buy American Act _ Trade Agreements _ Balance of Payment
Program; DFARS 252.225-7012, Preference for Certain Domestic
Commodities; DFARS 252.225-7036, Buy American Act -- North American
Free Trade Agreement Implementation Act _ Balance of Payment Program;
DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995);
DFARS 252.227-7037, Validation of Restrictive Markings in Technical
Data; DFARS 252.232-7009, Payment by Electronic Fund Transfer; DFARS
252.243-7002, Certification of Requests for Equitable Adjustment. The
following AETC FAR Supplement clause applies: 5352.237-9001 Performance
Conference 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. F08637-00-T0115.
Offers must be sent in writing/fax to the Purchasing Agent MSgt Barnes
no later than 24 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: MSgt
Barnes, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more
information contact the administrator MSgt Barnes at (850) 283-8624 or
SSgt Leos at (850) 283-8618. You may also email
Darryl.Barnes@tyndall.af.mil. Posted 11/09/99 (D-SN399644). (0313) Loren Data Corp. http://www.ld.com (SYN# 0117 19991112\U-0001.SOL)
U - Education and Training Services Index Page
|
|