SOLICITATION NOTICE
U -- Training Services
- Notice Date
- 7/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-12-Q-0076
- Point of Contact
- Brian A. Chisholm, Phone: 2292572084, Jennifer M. Harper, Phone: 229-257-4721
- E-Mail Address
-
brian.chisholm@moody.af.mil, jennifer.harper@moody.af.mil
(brian.chisholm@moody.af.mil, jennifer.harper@moody.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis and 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. The solicitation number for this procurement is FA4830-12-Q-0076 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, Defense Acquisition Circular (DAC) DPN 20060615 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System (NAICS): 611699 this acquisition is not set aside for Small Business. The size standard is $7.0 million. LINE ITEM: 0001 DESCRIPTION: Tactical & Medical Training IAW Statement of Work dated 02 July QTY: 1 UNIT: EA UNIT PRICE: TOTAL PRICE: Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall provide a training schedule of events detailing what training modules will be accomplished per day and when during the period of performance. Quotes shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: The Government will award a purchase order to the quoter whose price is judged to represent the best value to the government. Evaluation criteria are as follows: (1) Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Award will be made to the acceptable offer with the lowest evaluated cost or price, meeting or exceeding the acceptability of standards for non-cost factors, which is deemed responsible in accordance with the Federal Acquisition Regulation, and whose quote conforms to the solicitation requirements. (2) Initially offers shall be ranked according to price. The price quotation will be determined by multiplying the quantities identified in the pricing schedule by the unit price for each Contract Line Items Number (CLIN) to confirm the extended amount of each. The extended amounts will be added together to determine the total evaluated price. (3) After the cursory review is performed, the government will start with the lowest price offer to evaluate technical acceptability. The technical documentation shall be evaluated on a pass/fail basis. In order to be determined technically acceptable, the offeror must be capable of performing all tasks identified and adhering to in the Statement of Work dated 02 July 2012. (4) If the lowest priced offer is determine to be technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not judged to be technically acceptable, the next lowest priced offer will be evaluated and the process will continue (in order by price) until an offer is judged to be technically acceptable or until all offers are evaluated. The Contracting Officer shall then make a best value award decision. All quoters must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Quoters that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; Applicable to Defense Acquisitions of Commercial Items: Pursuant to DFAR Clause 252.212-7001 the following clauses are herby incorporated by reference: DFAR 252.225-7001 Buy American and Balance of Payments Program DFAR 252.232-7003, Electronic Submission of Payment Requests DFAR 252.247-7023 Transportation of Supplies by Sea AFFAR 5352.201-9101, Ombudsman. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA2) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB, GA 31699 NO LATER THAN 6:00 A.M. E.D.T. ON 11 July 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. Primary Point of Contact: Brian Chisholm, email: brian.chisholm@moody.af.mil Phone: 229-257-3084, Fax: 229-257-3547 Alternate Point of Contact: Jennifer Harper, email jennifer.harper@moody.af.mil Phone: 229-257-3497, Fax: 229-257-3547 http://farsite.hill.af.mil/regst1.htm#FAC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0076/listing.html)
- Place of Performance
- Address: Moody AFB, Ga, Moody AFB, Georgia, 31699, United States
- Zip Code: 31699
- Zip Code: 31699
- Record
- SN02793878-W 20120705/120704000112-b728bd18c7da26cc0e48495f8f67047a (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 |