Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2001 PSA #2968
SOLICITATIONS

V -- V -- COMMERCIAL TRAVEL SERVICES

Notice Date
October 29, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
ZIP Code
82005-2860
Solicitation Number
F48608-01-Q0300
Response Due
November 16, 2001
Point of Contact
Valerie Gadson, buyer, Phone 3077733917, Fax 3077734636, Email valerie.gadson@warren.af.mil -- Richard Jiron, Contracting Officer, Phone 307-773-6603, Fax 307-773-6601, Email richard.jiron@warren.af.mil
Description
AMENDMENT F48608-01-Q0300-0001: CORRECT WORKLOAD ESTIMATES =20 DESCRIPTION AND ATTACHMENTS(s): Non-personal service to provide all labor, tools, parts, materials, transportation necessary to provide commercial Travel Office (CTO) services for F.E. Warren AFB, WY, in accordance with the attached Statement of Work. The contract period will be for 1 January 2002 through 31 December 2004. This solicitation is for a basic contract and two option periods. Faxed or telegraph offers will not be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented and additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. F48608-01-Q0300 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. This solicitation is unrestricted. The North American Industry Classification System (NAICS) is 561510. Anticipated award is 15 Dec 01 and will be performed 1 January 02 through 31 December 02, located on F.E. Warren AFB, Wyoming. Provision 52.212-1, Instructions to Offerors ?Commercial, and 52.212-2, Evaluation ? Commercial items applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certification ? Commercial Item. The following clauses are applicable: 52.214-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items; 52-222-41, Service Contract Act of 1965; 252.212-7000, Offeror Representations and Certifications-Commercial Items. This acquisition will contain a 60-day notice of termination to the contract at no cost to the government provision. The Contracting Officer may extend this contract in accordance with Clause; 52-217-8, Option to Extend the Term of the Contract; by giving written notice to the contractor 15 day prior to contract expiration. Evaluation Criteria: =20 (1) (a) Past performance shall provide adequate information describing the offeror?s previous experience in providing Travel Services as those defined in this Statement of Work (SOW), as well as any other experience, both commercial and government, within the past three (3) years. The offeror shall separately list all contracts performed for the government and all contracts which involved Travel Services. In addition, past performance information on contracts not listed by the offeror may be solicited. In describing contractual effort and offeror?s performance, include specific details of technical performance (actual performance versus required performance, actual quality or reliability versus specified levels). The Past Performance volume may be provided to the Government points of contact for verification. (b) Provide a summary of the previous contracts described above. The summary must include: (A) Name of project (contract number and contract type, if applicable) (B) Name and address of customer or government agency (C) Name of Contracting Officer, address, name, phone number, point of contact (D) Dollar value and period of performance (E) Number of personnel assigned by skill category (F) Description of services/work performed (c) Provide statements, letters, reports, or evaluations from prior customers indicating the level and quality of past performance on the above contracts. (Send the letter in Attachment 5 and questionnaire provided to your customers for return to 90 CONS/LGCB, ATTN: Mrs. Valerie L. Gadson, 7505 Marne Loop, F E Warren AFB, WY 82005-2860.) (2) Performance Price Trade-Off (PPT): This acquisition will utilize the PPT technique to make a best value award decision. Price and Past Performance risk are both treated as equal areas and may be traded off, one against the other, as addressed in paragraph (2) below. The application of the PPT technique in contract award and selection and approval process is as follows: (i) All offerors will be ranked by evaluated price. (ii) All offerors will receive a performance risk assessment rating of high confidence, significant confidence, confidence, unknown confidence, little confidence, or no confidence. (iii) If the lowest evaluated price offeror has also received a high confidence performance risk rating, this offeror?s proposal represents the best value for this acquisition and award shall be made to this offeror, subject to a positive responsibility determination. (iv) The Government reserves the right to award a contract to other than the lowest evaluated price offeror if that offeror receives other than a high confidence performance risk rating. In these cases, price and past performance risk are both treated as equal areas and may be traded off, one against the other. The source selection authority shall make an assessment of the price proposed and the performance risk rating assigned and, based upon the special requirements of the acquisition, trade one off the other to determine the best value for the government. This solicitation will be available via the Internet at the following address: www.eps.gov. At the home page select the EPS for Vendors. A series of indexes will follow requiring this selection: USAF ? Offices; Air Force Space Command-Offices; 90CONS ? Posted Dates. Active solicitations will be listed in accordance with their date of issuance. The Government will utilize Performance Price Trade Off (PPT) procedures, in evaluation, and award of the resultant contract, see Attachment 2. Offers are due by 16 November 2001, NLT 4:30 p.m. Mountain Standard Time (MST) to 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, Wyoming 82005. Point of contact: Valerie L. Gadson, Contract Administrator (307) 773-4750=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/90CONS/F48608-01-Q0300/listing.htm l)
Record
Loren Data Corp. 20011031/VSOL002.HTM (D-302 SN511810)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on October 29, 2001 by Loren Data Corp. -- info@ld.com