Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

G -- Control Point/Sound System Services for the 2025 Davis-Monthan AFB Air Show

Notice Date
1/15/2025 1:58:34 PM
 
Notice Type
Solicitation
 
NAICS
711320 — Promoters of Performing Arts, Sports, and Similar Events without Facilities
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA105
 
Response Due
1/24/2025 2:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Jonathan Turk, Phone: 5202285405, Carlos Melendez, Phone: 5202285255
 
E-Mail Address
jonathan.turk@us.af.mil, carlos.melendez.10@us.af.mil
(jonathan.turk@us.af.mil, carlos.melendez.10@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Document: RFQ #FA487725QA105 Control Point/Sound System Services for the 2025 Davis-Monthan AFB Air Show i. This is a solicitation for commercial items/services prepared in accordance with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and additional written solicitation will not be issued. ii. Solicitation #FA487725QA105 is issued as a Request for Quotation (RFQ) iii. This solicitation document incorporates provisions and clauses of those in e?ect through Federal Acquisition Circular 2025-02 e?ective 03 January 2025, the DFARS provisions and clauses are those e?ective 18 December 2024, the DAFFARS provisions and clauses are those e?ective 16 October 2024. iv. This procurement is being issued as a Total Small Business set?aside. The North American Industry Classification System Code is 711320 with a size standard of $22.0M. v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. vi. Davis?Monthan Air Force Base intends to award a firm?fixed price contract for the following: a. CLIN 0001 ? Control Point/Sound System Services for the 2025 Davis-Monthan AFB Air Show (IAW the Performance Work Statement) vii. The government will place an order with the o?erer whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the o?eror�s capability statement to meet the defined PWS of the product. viii. viii. Important Dates/Times (All Times are Pacific Daylight Time) a. All questions must be submitted by email no later than 2pm January 17, 2025. b. All quotes must be submitted by email no later than 2pm January 24, 2025. ix. It is the responsibility of the o?erer to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the o?erer to ensure all quotes and/or questions are submitted in a timely manner by specified due date. x. Point of Contacts: a. Primary: Jonathan Turk, email: Jonathan.Turk@us.af.mil, 520?228?5405 b. Alternate: Carlos Melendez, email: carlos.melendez.10@us.af.mil, 520?228?5255 xi.Attachments 1. Performance Work Statement 2. Provisions and Clauses 3. Wage Determinations (Revision 24) 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible o?eror whose o?er conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate o?ers: (i) price; (ii) technical capability of the service o?ered to meet the Government requirement; The lowest priced o?er will be evaluated for technical acceptability and best value to the Government. If found technically acceptable and found to be the best value award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest o?er for technical acceptability until award can be made to the lowest priced technically acceptable o?eror. Past Performance will not be evaluated. Therefore, the o?eror�s initial o?er should contain the o?eror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting O?cer to be necessary. O?ers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Options. The Government will evaluate o?ers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an o?er is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an o?er, mailed or otherwise furnished to the successful o?eror within the time for acceptance specified in the o?er, shall result in a binding contract without further action by either party. Before the o?er's specified expiration time, the Government may accept an o?er (or part of an o?er), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.232-18 Availability of Funds. (APR 1984) Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting O?cer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting O?cer. (End of clause) 5352.201-9101 OMBUDSMAN (JUL 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from o?erors, potential o?erors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not a?ect the authority of the program manager, contracting o?cer, or source selection o?cial. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another o?cial who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting o?cer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee?employer actions, contests of OMB Circular A?76 competition performance decisions). (c) If resolution cannot be made by the contracting o?cer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e?mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330?1060, phone number (571) 256?2395, facsimile number (571) 256?2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify o?er due date, or clarify technical requirements. Such inquiries shall be directed to the contracting o?cer. (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/045fc30dc8374c1a9c0eb386a2c1aef0/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07313491-F 20250117/250115230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.