SOLICITATION NOTICE
X -- Worldwide Joint Training and Exercise Scheduling Conference - Package #1
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- 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-T-6052
- Archive Date
- 8/31/2011
- Point of Contact
- Sheri Burks, Phone: 7195563843
- E-Mail Address
-
sheri.burks@peterson.af.mil
(sheri.burks@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Letter for the conference requirement (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-11-T-6052, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (iv) The NAICS code is 721110 and the size standard is $30M employees. (v) The commercial items are outlined in the Performance Work Statement (PWS). The items required in the PWS are being procured as a single/sole source/brand name acquisition on Fed Biz Ops. (vi) The following commercial item is requested in this solicitation: Provide conference support for the Joint Staff sponsored Worldwide Joint Training and Exercise Scheduling Conference (WJTSC). The general objectives of the WJTSC are to provide a forum to present and resolve Combatant Command/Combat Support Agencies/Service and Interagency joint training and exercise issues, facilitate Joint Staff discussion with the Department of Defense (DoD) Joint Training Community regarding joint training and exercise programs and initiatives, establish a plan of action and milestones to resolve outstanding joint training and exercise issues and validate and discuss the Joint Exercise Program Schedule. (vii) Commercial service shall be priced as FOB destination to Colorado Springs, CO (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms 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. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition (Jan 1999). Award will be based on the ability to reach an agreed upon price based on the offeror meeting the technical specifications as outlined in the PWS. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition (Apr 2011). All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition (Jun 2010), applies to this acquisition. (xii) The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition (Mar 2011). (xiii) The following additional FAR clauses apply to this acquisition: a) FAR 52.222-3, Convict Labor (June 2003) b) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) c) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) d) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) e) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) f) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003). (xiv) The following DFAR clauses are: a) DFARS 252.204-7004 (Alt A), Central Contractor Registration (SEP 2007) b) DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011) c) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) (xv) The following AFFAR clauses are: a) AFFARS clause 5352.201-9101 Ombudsman (Aug 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil b) AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (xvi) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xvii) Quote Submission: include price information, brand name or equal, materials intended to be used in accordance with the PWS provided. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. (xviii) POC is Sheri Burks, 719-556-3843, sheri.burks@peterson.af.mil for information regarding this solicitation. All quotes must be to my office NLT 16 August 2011 12:00pm MST in the form of an e-mail or fax sheet. Please send an email to Sheri Burks at sheri.burks@peterson.af.mil and request the PWS for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6052/listing.html)
- Record
- SN02530096-W 20110813/110811234935-ee4dd2a8e9d78eaa537a48fcc0b85504 (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 |