Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

W -- 21 SW Special Event - Event Layout - Performance Work Statement

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-R-6001
 
Point of Contact
Bryan Meredith, Phone: 719-556-6118, Jody C. Smith, Phone: 7195567538
 
E-Mail Address
bryan.meredith.1@peterson.af.mil, jody.smith@peterson.af.mil
(bryan.meredith.1@peterson.af.mil, jody.smith@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement dated 16 Nov 2010 for 21 SW Special Event. Event Layout for 21 SW Special Event. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This Request for Proposal (RFP) is issued as solicitation, FA2517-11-R-6001. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. (iv) This acquisition is procured as a 100% total small business set aside. The NAICS code for this requirement is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The size standard is $7 million and a single award will be made as a result of evaluation of proposals. (v) The commercial items and services in accordance with the attached performance work statement. (Please see attachment "Performance Work Statement" for requirement.) (vi) The requirement is for the 21 Space Wing Special Event. (vii) Commercial items and services shall be priced as FOB destination to Peterson Air Force Base, CO. Delivery terms are as stated in the performance work statement. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (AUG 2009), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of proposal submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. A site visit will be held at Hanger 140, Peterson Air Force Base, CO 19 November 2010, 1:30 pm Mountain Standard Time. Contractors must contact MSgt Bryan Meredith, email bryan.meredith.1@peterson.af.mil by 18 November 2010, 4:00 pm Mountain Standard Time with personnel attending the site visit with their full name (First, Middle, Last), last four digits of the individuals social security number, and their date of birth. To enter Peterson Air Force Base all personnel shall be prepared to show a current Government issued picture ID. The vehicle driver shall also provide a current vehicle registration along with current proof of insurance. The contractor shall provide a detailed proposal on how they shall support the requirement IAW the Performance Work Statement. The contractor shall provide in detail what equipment will be used; a timeline and plan for managing manpower and logistics necessary to accomplish tasks IAW the Performance Work Statement. The entire proposal shall not exceed 6 pages in length using Times New Roman, 12 Pitch, Double spaced. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Evaluation will be based on lowest price technically acceptable. Technically acceptable shall be determined based on the following: Acceptable: Meets the requirements of the Performance Work Statement Unacceptable: Does not meet the requirements of the Performance Work Statement. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JUL 2009), applies to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (https://orca.bpn.gov)) at the time of proposal submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MARCH 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (APR 2010) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) 2. FAR 52.222-3, Convict Labor (JUNE 2003) 3. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 4. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 5. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) 6. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 7. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 8. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 9. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) ___ (2) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 10. FAR 237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 11. FAR 52.245-1, Government Property (JUN 2007) 12. FAR 237-1, Site Visit (APR 1984) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.204-7004 Alt A Required Central Contractor Registration (SEP 2007) 2. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (APR 2010) 3. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 4. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (JAN 2009) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) 2. AFFARS 5352.223-9001, Health and Safety Government Installations (JUN 1997) 3. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (AUG 2007) (xiv) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for proposal. (xv) Proposal submission: Proposals shall include price information, proposal expiration date, DUNS, Cage Code, tax ID and any additional terms and conditions. Responses to this solicitation must be submitted no later than 4:00 pm, Mountain Standard Time on 22 November 2010. Submit your proposals to MSgt Bryan Meredith via email to: bryan.meredith.1@peterson.af.mil. (xvi) POC is MSgt Bryan Meredith, 719-556-6118 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-R-6001/listing.html)
 
Place of Performance
Address: Hangar 140, Peterson AFB, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN02328775-W 20101119/101117234044-ed7580441caccfb2e296c39ece39b88f (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.