Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2004 FBO #1028
SOLICITATION NOTICE

U -- Purchase services to create an accreditied, on-line, competency-based Bachelor's Degree Program for Air Force Special Operations Deployed Personnel.

Notice Date
9/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F7HQXP42460200
 
Response Due
9/20/2004
 
Archive Date
9/21/2004
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award a sole source contract to Western Governor?s University, 4001 S 700 E, Suite 700, Salt Lake City UH 84107-2523 in accordance with FAR Part 6.302. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number F7HQXP42460200 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-20. The SIC Code is 8221, the NAICS code is 611310, and the size standard is $6M. The contract is for Acredited on-line Competency based Educational Programs for Special Operation Forces. Award is anticipated on 22 Sep 04. Interested persons may express their interest and capability to respond to the requirement or submit proposals within two (2) calendar days after date of publication of this notice of intent. A copy of the Statement of Work is available by sending a request to lawrence.henderson@randolph.af.mil or linda.johnson1@randolph.af.mil.The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Conformance to the Statement of Work (SOW), (2) (Past Performance), and (3) Price (Price Quote). Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has greater weight than Factor Three (3). The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations, 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far. 52.212-4, Contract Terms and Conditions- Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) 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 paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration. 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification, 52.252-2, Clauses Incorporated by Reference (Feb 1998). DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due not later then 10:00 A. M. Central Standard Time (CST), 20 Sep 2004 and should reference the solicitation listed above. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation, DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items and 52.232-18, Availability of Funds. . Past performance information shall include a list of five (5) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last three years. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Past performance information and quotes shall be forwarded to the attention of Lawrence Henderson, via e-mail to lawrence.henderson@randolph.af.mil or fax (210) 652-2759 not later than 10:00 A. M. (CST) 20 Sep 2004. Note: e-mail is the preferred method.
 
Place of Performance
Address: HQ AETC/XPTT, 244 F Street East, Ste 2, Randolph AFB TX
Zip Code: 78150-4321
Country: USA
 
Record
SN00675826-W 20040919/040917211839 (fbodaily.com)
 
Source
FedBizOpps.gov 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.