Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOLICITATION NOTICE

V -- Charter Bus Service - Performance Work Statement

Notice Date
10/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0006
 
Archive Date
10/25/2012
 
Point of Contact
Ashley M. Grant, Phone: 9375224558
 
E-Mail Address
ashley.grant@wpafb.af.mil
(ashley.grant@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) Dated 7 Sep 12 for the Charter Bus Service. This is a combined synopsis/solicitation for a charter bus service and was prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, 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. The solicitation number for this requirement is FA8601-13-T-0006 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, 13 Sep 2012 and Defense Federal Acquisition Regulation Supplement DPN 20120906, 6 Sep 2012. This solicitation document is 100% Total Small Business set-aside under North American Industry Classification System Code 485510. Size standard is $14.0 Million. The AFLCMC/PZIO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements: CLIN 0001- Provide a charter bus service that meets the requirements of the attached Performance Work Statement (PWS) Dated 7 Sep 2012. Unit of Issue: Each QTY: 11 Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and completing the on-line Representations and Certifications. In addition the online reps and certs, Paragraph (b) of 52.212-3 must be completed and returned with offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability (will be evaluated on a pass or fail basis) and Price. Technical Acceptability is approximately equal to price. The offers may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Offer number & date 4) Item price 5) Total price (Payment Net 30) After Deliver Confirmation 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the offer is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 13) Completed DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Offers MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov/portal/public/SAM/. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at http://farsite.hill.af.mil. The following provisions/clauses are incorporated by reference and apply to this solicitation: FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Para. (t) changed to reserved) The following provisions/clauses are incorporated by full text in this solicitation: FAR 52.212-3, Representations and Certifications FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests 252.232-7006 Wide Area Work Flow Payment Instructions All offers and responses must be received no later than 4:00 PM, Eastern Standard Time on 10 October 2012. Submittal of offers in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to ashley.grant@wpafb.af.mil via a PDF compatible attachment. Any questions should be directed to SSgt Ashley M. Grant at ashley.grant@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0006/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN02909239-W 20121006/121005000125-40425489ec1eae33b8f700e1c499e692 (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.