SOLICITATION NOTICE
R -- SPORTS OFFICIAL
- Notice Date
- 6/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of the Air Force, Air Force Space Command, 61 CONS, 2420 VELA WAY Suite 1467, El Segundo, CA, 90245-4659
- ZIP Code
- 90245-4659
- Solicitation Number
- FA2816-04-T-0006
- Response Due
- 6/25/2004
- Point of Contact
- Bella Hunter, Contract Specialist, Phone (310) 363-2188, Fax (310) 363-5084, - Lavern Wirrie, Contracting Officer, Phone (310) 363-5083, Fax (310) 363-5499,
- E-Mail Address
-
bella.hunter@losangeles.af.mil, laverne.wirrie@losangeles.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Commercial Purchase in accordance with FAR Part 12. This is a combined synopsis/solicitation for commercial services 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. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-04-T-0006. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 & 23, 05 May 2004. The North American Industry Classification System (NAICS) code is 713990 with a size standard of $6 million. This solicitation is 100 percent set-aside for small business concerns. In accordance with FAR Part 12, the Contractor shall provide pricing for each contract line item. Contract line item number (CLIN) 0001, Intramural Softball Officials Fees, 100 each; CLIN 0002, Intramural Flag Football Officials Fees, 65 each; CLIN 0003, Intramural Soccer Officials Fees, 70 each; CLIN 0004, Intramural Basketball Officials Fees, 100 each; CLIN 0005, Intramural Volleyball Officials Fees, 100 each; CLIN 0006, Officials and Coaches Meeting, five (5) each. The Contractor shall provide all labor, equipment, tools, materials, supervision, transportation, and responsibilities normally inherent to providing sports officials services. The anticipated start date is 1 July 2004 for a period not to exceed one year. This acquisition will be firm-fixed price. The list of appropriate provisions and clauses are attached. For full text of a provision or clause, the following website is provided: http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM. The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. In accordance with FAR 52.212-2, Evaluation -Commercial Items (Jan 1999), 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. The Government may award a contract on the basis of initial offers received without discussions. Therefore, each initial offer should contain the best terms, provide the Government the best possible service end product, and furnish sufficient past performance references in a timely manner. All offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ? Commercial Items (May 2004), with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003), applies to this acquisition and any addenda to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2004) (Deviation), applies to this acquisition. The following clauses at FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number will be acquired from the website: http://www.dnb.com/. Verification of CCR registration and Tax ID number must accompany your quote. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The Contractor shall complete all the above forms/attachments as directed and return to 61 CONS/LGCB. The completed RFQ with the required attachments shall be submitted by 12:00 noon, Pacific Standard Time, 25 June 2004. They will be accepted by mail at: 61 CONS/LGC, ATTN: Bella Hunter, 2420 Vela Way, Suite 1467, El Segundo, CA 90245-4659; but must be received by the time requested above. RFQs will also be accepted by FAX to: 310-363-1312. Oral communication is not acceptable in response to this combined Synopsis/Solicitation. Questions may be directed to Bella Hunter, (310) 363-2188 or Ms Lavern Wirrie, (310) 363-5083.
- Place of Performance
- Address: LOS ANGELES AFB, EL SEGUNDO, CA
- Zip Code: 90245
- Country: USA
- Zip Code: 90245
- Record
- SN00604539-W 20040618/040616212208 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |