Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

U -- Military Sports Bike Course - Supporting Documentation

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R0S10078A001
 
Archive Date
5/11/2010
 
Point of Contact
Jenifer Lash, Phone: 8302985992
 
E-Mail Address
jenifer.lash@laughlin.af.mil
(jenifer.lash@laughlin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Background Check Form Background Information Wage Determination Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2R0S10078A001 is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. NON PERSONAL SERVICE: Provide a qualified individual or firm to conduct the Motorcycle Safety Foundation (MSF) "Military Sports Bike Course" for military motorcycle operators assigned to Laughlin AFB, TX. Training must be conducted in accordance with all MSF and Air Force directives pertaining to motorcycle operators. The instructors must be certified by MSF to teach the course. See attached Statement of Work. Quantities are based on an estimated six students per class, one class per month. CLIN 0001: Base Year: 1 May 10 - 30 Sep 10 Quantity - 30 students (estimated) Unit of Issue - EA Unit Price ____________Total Price ______________ CLIN 1001: Option Year 1: 1 Oct 10 - 30 Sep 11 Quantity - 72 students (estimated) Unit of Issue - EA Unit Price ____________Total Price ______________ CLIN 2001: Option Year 2: 1 Oct 11 - 30 Sep 12 Quantity - 72 students (estimated) Unit of Issue - EA Unit Price ____________Total Price ______________ CLIN 3001: Option Year 3: 1 Oct 11 - 30 Sep 13 Quantity - 72 students (estimated) Unit of Issue - EA Unit Price ____________Total Price ______________ This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 611692 with a small business size standard of $7M. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective 19 April 2010 and Class Deviation 2005-O0009 and the Defense Federal Acquisition (DFARS) Change Notice 20100408. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007); FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), and any addenda to the provision as listed in this notice; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Dec 2009) (DEVIATION); FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts)(Sep 2009); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.223-5, Pollution Preventation and Right to Know Information (Aug 2003); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52-233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, F.O.B. Destination (Nov 1991); DFARS 252.203-7000, Requirements Relationg to Compensation of Former DoD Officials (Jan 2009); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009)(DEVIATION); DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984);AFFARS 5352.201-9101, Ombudsman (Aug 2005) (Maria G. Beckett, Chief, Business Operations Branch, AETC/A7KB, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil.) The following clauses will be incorporated into resultant contract in full text as follows: 52.217-8 -- Option to Extend Services. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 47 months. (End of Clause) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Attached Wage Determination 2005-2521, Rev 9, dated 05/26/2009 is applicable to this requirement. Attached is Background Information and Background Release Document. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. No telephonic responses will be processed. All responses must be received no later than 3:00 P.M., Central Standard Time on 26 April 2010. Please send quotes to TSgt Jenifer Lash by email jenifer.lash@laughlin.af.mil. If you have any questions please call (830) 298-5992 or send an e-mail to the above address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R0S10078A001/listing.html)
 
Place of Performance
Address: Laughlin AFB, TX, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02125262-W 20100421/100419234346-42d009a843bc642aca8ef3092498885c (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.