Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2010 FBO #3000
SOLICITATION NOTICE

73 -- Meal Cards

Notice Date
2/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-10-Q-0033
 
Archive Date
2/27/2010
 
Point of Contact
Juan A Villarreal, Phone: 210-536-5977, John W. King, Phone: 210-536-6103
 
E-Mail Address
juan.villarreal@brooks.af.mil, john.king@brooks.af.mil
(juan.villarreal@brooks.af.mil, john.king@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The purpose of this procurement is to purchase meal coupon books on a sole source basis from the University of Maryland Medical Center (UMMC) cafeteria for the United States Air Force School of Aerospace Medicine (USAFSAM) Center for Sustainment of Trauma and Readiness Skills (CSTARS) students enrolled in the Shock Trauma Center (STC) course. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government, FAR clause 52.219-6 - Notice of Total Small Business Set-Aside FAR clause 52.219-28 - Post Award Small Business Program Representation, FAR clause 52.222-3 -- Convict Labor, FAR clause 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, FAR clause 52.222-21 -- Prohibition of Segregated Facilities, FAR clause 52.222-26 -- Equal Opportunity, FAR clause 52.222-36 -- Affirmative Action for Workers with Disabilities, FAR clause 52.222-50 -- Combating Trafficking in Persons, FAR clause 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate I, FAR clause 52.225-13 -- Restrictions on Certain Foreign Purchases FAR clause 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration, FAR clause 52.233-3 -- Protest After Award, FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim, The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (AUG 2005) with the following fill-in: Mr Howard E. Marks, Jr. (ASC/AQ) email howard.marks@wpafb.af.mil <mailto:howard.marks@wpafb.af.mil> phone 937-255-8642, 1755 10th Street, Bldg 572, WPAFB, OH. 45433-7630. WAWF INSTRUCTIONS (JUL 2008) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES 252.232-7003 Electronic Submission of Payment Requests (May 2006), Wide Area Work Flow Payment Procedures - Payment/Invoicing Instructions: The contractor shall submit an Invoice and Receiving Report (Combo) document in Wide Area Work Flow (WAWF) once per month to cover the first through the end of the month unless another billing period has been authorized by the contracting officer. Reference the contract and task order number on all invoices. All invoices shall show monthly billing by Contract Line Item Number (CLIN) and include as an attachment supporting documentation that itemizes the amount invoiced for the current period and the total amount invoiced through the current period. Reference the contract number, task order number and invoice number on all supporting documentation. For questions regarding the WAWF payment process/procedures, contact Vendor Customer Support at 1-866-618-5988 or Ms. Hilda Flores (210) 536-6333. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Contractor shall use the following codes/ DoD Activity Address Codes (DODAACs) to insure proper routing of documents in WAWF: DODAAC Description DODAAC Source: SF1449, Order for Supplies or Services Issuing Office FA8900 Block 9, Issued By Service Acceptor Block 16, Ship To: F1J5AF Paying Office F03000 Block 18a, Payment Will Be Made By DFAS-Columbus/AF Entitlements, 3990 Easy Broad Street, Bldg 21, Columbus, OH 43213-1152. Technical capability will be evaluated by how well the proposed product meets the government requirement instead of predetermined sub-factors. Evaluation Basis for Award: Award will be made to the offeror who has the lowest priced, technically acceptable proposal. It is the offeror's responsibility to be familiar with applicable clauses and provisions. The coupon books should be available for a 12-month period or until expended. See Note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8900-10-Q-0033/listing.html)
 
Place of Performance
Address: University of Maryland, College Park, Maryland, 20742, United States
Zip Code: 20742
 
Record
SN02060792-W 20100210/100208234907-1ba36fb214ed9c7037439796f4ce766b (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.