Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

U -- PART TIME Distant Learning Technician

Notice Date
9/10/2007
 
Notice Type
Modification
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DLT123456
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to solicitation DLT123456 to correct the Purchase Request Number and update offer due date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 611710, Size Standard $6.5 Million. Solicitation/Purchase Request number DLT123456 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-20, effective 6 Sep 2007. The Government intends to award five contract line item numbers: (CLIN 0001) Distance Learning Technician for Education Services at Kirtland Air Force Base. Period of Performance - Base Year: 1 Oct 2007 ? 30 Sep 2008. (CLIN 0002) Option year I : 1 Oct 2008 ? 30 Sep 2009 (CLIN 0003) Option year II : 1 Oct 2009 ? 30 Sep 2010 (CLIN 0004) Option year III : 1 Oct 2010 ? 30 Sep 2011 (CLIN 0005) Option year IV : 1 Oct 2011 ? 30 Sep 2012 Bids should address the Base Year and each of the four Option Years. 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 in accordance with FAR 52.212-2 Evaluation-Commercial Items: a. Price b. Technical capabilities/educational experience c. Past performance. Technical capabilty/education experience and past performance are approximately equal to price during evaluation. A resume is required with the bid proposal. This is a Services Non-personal requirement. Statutory Exemption applies in accordance with FAR 22.1003-3 and is exempt from application of the Service Contract Act. Contractor shall perform duties in accordance with the attached Statement of Work (SOW). Maximum allowable hours for one year are approximately 1,291 hours. Unit price quoted must include all applicable taxes. Payment will be made by IMPAC Convenience Checks. The award period will be for one year starting 1 October 2007 through 30 September 2008, with four Option years. Proposals must not expire prior to 1 October 2007. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value, technical, past performance and price. [FAR 13.106 allows for simplified evaluation.] FAR 52.212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.204-7, Central Contractor Registration; 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. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-36.] FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; AFFARS 5352.223-9001 Health and Safety on Government Installations; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.232-18 Availability of Funds; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel; FAR 52.252-2 Clauses and FAR 52.252-1 Solicitations and Provisions, may be accessed in full text at http://farsite.hill.af.mil/ . Funds are not presently available for performance under this contract beyond 30 Sep 2007. The Government?s obligation for performance of this contract beyond that date is contigent 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 for performance under this contract beyond 30 Sep 2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. DFAR 252.204-7004-Alternate A Central Contractor Registration; DFAR 252.247-7023 Alternate III Transportation of Supplies by Sea; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply, 252.225-7001, 252.225-7002]. All offers are due no later than 14 Sep 2007 (Eastern Standard Time) 5:00 PM. Offers may be mailed to 377 CONS/LGCA, ATTN: Joyce Powers, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-14 , Kirtland AFB., NM 87117, emailed to joyce.powers@kirtland.af.mil, or faxed to (505) 846- 8925 or the Contracting Officer: Brian J. Clark; brian.clark@kirtland.af.mil ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 377 CONS/LGCA, 2000 WYOMING BLVD SE, BLD 20604 RM B-14, KIRTLAND AFB, NM
Zip Code: 87117-5606
Country: UNITED STATES
 
Record
SN01400888-W 20070912/070910220752 (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.