Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

R -- Catholic Community Coordinator

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
Reference-Number-F1K0DA6251A100
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT NOTICE: The Statement of Work is posted in a separate Notice with the same subject reference number F1K0DA6251A100. 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 announcement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Buckley Air Force Base, CO has a requirement for a Non-Personal Service to obtain a Catholic Community Coordinator. The Catholic Community Coordinator shall plan, organize, and coordinate activities of The Catholic Community, ensuring that the Catholic program complies with legal and regulatory requirements and meets customer needs. He is responsible for the Catholic program by carrying out all related duties following applicable Department of Defense (DoD), Air Force, Air Force Space Command (AFSPC), 460th Space Wing/Headquarters Chapel (460th SW/HC), regulations and policies. The contract performance period is from 25 September 2006 to 24 September 2007 (Contract Line Item Number (CLIN) 0001). CLIN 0001 has a unit of issue Month, a quantity of 0012, Unit Price and Extended Price shall be proposed by the offeror. The Request for Quote (RFQ) will close on 18 September 2006 with an anticipated award date of 22 September 2006. The proposed requirement will be a 100% Small Business Set-Aside (Numbered Note 1). All responsible Small Business sources may submit a proposal, which shall be considered by the agency. The Service Contract Act does not apply, as a priest is considered a professional service under Federal Acquisition Regulation (FAR) Part 22 and 29 CFR 4.113. This acquisition will be accomplished utilizing FAR Parts 12. The resultant contract will be a Firm-Fixed price type contract. The basis of the award will be the evaluation factors as stated in FAR 52.212-2, Evaluation-Commercial Items as follows: Qualifications and Price. Qualifications when combined with price will be weighted more heavily than price. Qualifications are those elements listed in the Statement of Work (SOW), Catholic Community Coordinator, dated 8 September 2006, paragraph 1.4. Qualification(s) will be evaluated and rated on pass or fail basis. If all qualifications (elements) are not met in accordance with paragraph 1.4 in the SOW the entire proposal will fail and will be rendered nonresponsive. Answers to the Interview questions, found in the SOW dated 8 September 2006, section 6.5, must be submitted in writing with the proposal by the closing date and will also be rated on a pass/fail basis. In addition the offeror shall follow the instructions at FAR Clause 52.212-3 Alt I for submitting Representation and Certification. The online Representation and Certification Application (ORCA) may be found at internet site: http://orca.bpn.gov. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award (See Internet site: http://www.ccr.gov/. The awardee will be required to submit their invoice via Wide Area Work Flow (WAWF) (See Internet Site: http://www.wawftraining.com. When the solicitation is posted, it is imperative interested parties review this site frequently for any updates/amendments. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the (CCR) database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the CCR database will make an offeror ineligible for award. North American Industrial Classification System Code 813110 and size standard of $6.5 million. No paper copies will be issued. 5352.201-9101 OMBUDSMAN (10 AUG 2005) fill-in; MAJCOM OMBUDSMAN, address: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson Air Force Base, Colorado, 80914-4350, phone: 719-554-5250, fax: 719-554-5299, email: a7k.wf@afspc.af.mil. The following provisions and clauses are incorporated by reference and are in effect at this date. 52.212-3 Alt I, Offerors Representations and Commercial Items apply. Offeror shall complete a copy of the provision 52.212-3. 52.212-4, Contract Terms and Conditions, Commercial Items Under 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items the following clauses apply: 52.219-6, 52.232-33 52.223-5, Pollution Prevention and Right-to-Know Information 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.245-2, Government Property 52.252.6, Authorized Deviations in Clauses 52.252-1 and 52.252-2 the fill-in is a follows: http://farsite.hill.af.mil/ 52.253-1, Computer Generated Forms 52.204-9, Personal Identity Verification of Contractor Personnel 252.204-7000, Disclosure of Information 252.204-7003, Control of Government Personnel work product 252.204-7004 Alt a, Required Central Contractor Registration Under 252.212-7001 (Dev), Contract Terms and conditions required to implement statutes?, the following clauses apply: 52.203-3, 252.232-7003 252.245-7001, Reports of Government Property 5352.223-9001, Health and Safety on Government Installation 5352.242-9000, Contractor Access to Air Force Installation 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel Orders Applicable to Defense Acquisitions of Commercial Terms; and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Questions may be emailed or faxed. Email is the preferred method of receipt. Email: stephen.echelberger@buckley.af.mil and attila.kovacs@buckley.af.mil Facsimile: (720) 847-6443, Commercial: Stephen Echelberger (720) 847-9331 and Attila Kovacs (720) 847-9952 All quotations shall include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE Code, Duns & Bradstreet number, and Taxpayer ID number, expiration of quote. Quotes must be valid for a period no less than 90 days. To assure timely and equitable evaluation of quotations, the quotations must be complete, self-sufficient, and respond directly to the requirements. Also, quotations shall be written on 8 1/2? x 11? paper. Typing shall not be less than 12 font, with 1? margins. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. However, quotes must include a UNIT price, EXTENDED price, and TOTAL QUOTE price. Additionally, elaborate formats or bindings are not desired or required. The government will not reimburse the contractor for any monies spent to provide the quotation. Quotes are due no later than 1:00 PM MDT, 18 September 2006. *******
 
Place of Performance
Address: Buckley Air Force Base (Aurora), Colorado
Zip Code: 80011
Country: UNITED STATES
 
Record
SN01140920-W 20060914/060912220907 (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.