Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
SOLICITATION NOTICE

R -- Financial Management HELPDESK - Past Performance Questionnaire - Wage Determination - Performance Work Statement

Notice Date
3/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0046
 
Archive Date
4/13/2010
 
Point of Contact
Susan Hashemi, Phone: 937-522-4638
 
E-Mail Address
susan.hashemi@wpafb.af.mil
(susan.hashemi@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement The contractor shall complete all of the appropriate boxes and the bid schedule on this SF 1449. The contractor shall also complete the appropriate sections of FAR Clause 52.212-3 in this file. Offeror will provide a signed written statement confirming that he/she will adhere to the Service Contract Act (SCA). The SCA requires that a service contractor pay the minimum wage listed in this Wage Determination #200524199. The contractor will select the occupation code that best matches the service he/she is providing and agree to meeting that minimum standard. This questionnaire is to be distributed to past employers who will return it directly to Susan Hashemi by 26 March 2010. THIS IS OFFICIAL NOTIFICATION OF THE ISSUANCE OF A RFP The North American Industry Classification System (NAICS) Code: 541611 Size Standard: $7,000,000 THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESSES. You are invited to submit a proposal to support Wright Patterson Air Force Base's financial management system in accordance with the attached Performance Work Statement (PWS)(Attachment #1). This Advisory and Assistance Service (A&AS) will be provided by a responsible business for one basic year and potentially one option year (for a maximum period of 24 months). The anticipated award is FIRM FIXED PRICE- PERFORMANCE PRICE TRADE-OFF (PPT). In accordance with FAR 8.404, the overall best value determination will be based on MISSION CAPABILITY, PAST PERFORMANCE AND PRICE as outlined in Attachment 4-Addendum to FAR 52.212-2. Although service is expected to begin on or before May 26, 2010, the Government does reserve the right to not issue an award at all. Upon award, the contractor and subcontractor personnel shall adhere to the security procedures and guidelines outline in the PWS 1.1.1.1, Security Requirements. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms of Net 30. All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. 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/. In addition to registering in WAWF, the awardee must complete the electronic registration at https://orca.bpn.gov AND a completed hard copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items found in the SF 1449. Send all required packages in response to this Request for Proposal (RFP) by 3:00 PM, Monday, 29 March 2010 to 88 CONS/PKBB, Attn: Susan Hashemi, 1940 Allbrook Drive, Suite 3, Wright Patterson AFB, OH 45433-5309. Electronic submission of proposals is preferred and may be sent to Susan.Hashemi@wpafb.af.mil If you have any additional information, please contact Susan Hashemi at (937) 522-4638 or by email at address shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0046/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, Dayton, Ohio, 45433-5309, United States
Zip Code: 45433-5309
 
Record
SN02088080-W 20100312/100310234902-1814f45ff1b477a72f6ce66ac80ef62b (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.