SOLICITATION NOTICE
X -- Area Dental Laboratory Conference - Performance Work Statement for 2010 ADL Conference
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-10-T-6076
- Point of Contact
- Jody C. Smith, Phone: (719)-556-7538, Renata Ott, Phone: (719) 556-4269
- E-Mail Address
-
jody.smith@peterson.af.mil, renata.ott@peterson.af.mil
(jody.smith@peterson.af.mil, renata.ott@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Performance Work Statement is updated as of 18 May 2010. I. 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 notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. II. This solicitation, FA2517-10-T-6076, is being issued as a Request for Quotation (RFQ). III. This document incorporates provisions and clauses through Federal Acquisition Circular. IV. This acquisition is procured as full and open competition. A single award will be made as a result of evaluation of offers. The NAICS code for this requirement is 721110 and the size standard is $7 Million. V. See attached document for Performance Work Statement dated 18 May 10. VI. A description of requirements is provide conference support for the Peterson Area Dental Laboratory (ADL) annual workshop. VII. The Period of Performance is 7-11 February 2011. VIII. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition: a. As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions. b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. IX. FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Evaluation will be based on Best Value to include price, past performance and technical considerations. X. The provision at FAR 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. XI. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to the acquisition. XII. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (July 2010) (DEVIATION), applies to this acquisition: a. FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) b. FAR 52.222-26, Equal Opportunity (Mar 2007) c. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) d. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) e. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) f. FAR 52.222-50, Combating Trafficking in Persons, (Feb 2009) g. FAR 52.222-54, Employment Eligibility Verification (Jan 2009) XIII. The following additional requirements or terms or conditions apply to this acquisition: a. FARs clauses apply to this acquisition: i. FAR 52.222-3, Convict Labor (Jun 2003) ii. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) iii. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) iv. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam era, and other Eligible Veterans (Sep 2006) v. FAR 52.225-1 Buy American Act - Supplies (Feb 2009) vi. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) vii. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) viii. FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) b. DFARs clauses apply to this acquisition: i. DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sept 2007) ii. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statues or Executive Orders applicalble to Defense acquisitions of commercial items (Jun 2010) iii. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) iv. DFARS 252.225-7016, Restrictions on Acquisition Balls and Roller Bearings (Mar 2006) v. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) vi. DFARS 252.232-7007, Limitation of Government's Obligation (May 2006) vii. DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) c. A layout of meeting rooms is required at time of quotation submittal. d. Quotes must be valid until 30 Oct 2010. e. Unique provision and clauses and apply to this acquisition: i. AFFARS 5352.201-9101, Ombudsman (Apr 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St., STE 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. XIV. (xv) Submit quotes are to be received no later than 4:00pm MST, 1 September 2010 at email address: jody.smith@peterson.af.mil or via fax (719) 556-4538. XV. (xvi) Contact A1C Jody Smith at (719) 556-7538 for questions regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-T-6076/listing.html)
- Place of Performance
- Address: The Period of Performance is: 7-11 February 2011., The exact Place of Performance is TBD., Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02256748-W 20100828/100827000452-553980451c57fd88473b1e56cb27ebd7 (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 |