Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

G -- Choir Director

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0451276A001
 
Archive Date
12/20/2011
 
Point of Contact
Brock A. Bell, Phone: 7078163899
 
E-Mail Address
brock.bell@us.af.mil
(brock.bell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is F3Z0451276A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective 02 November, 2011; Defense DPN 20111102 effective 02 November, 2011, and AFAC 2011-0714 effective 14 July, 2011. This acquisition is Set-aside fro small business; The North American Industry Classification System (NAICS) code is 711130. The business size standard is $7.0M. The Federal Supply Class (FSC) is G002. The Standard Industrial Classification (SIC) is 7926. Travis AFB has a requirement for Traditional Choir Director. Period of Performance 01 Dec 11-30 Sep 12 with 4 option years IAW SOW **Start Date on SOW will change from 01 Dec 11, SOW changes will be made in the award document*** 0001-AA : Traditional Prodestant Choir Director (see attached SOW) Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-41 Service Contract Act FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires.-As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits (see WD attachment) FAR 52.204-9-Identity Verification of Contractor Personnel FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions tobrock.bell@us.af.mil or fax to 707-424-5189. NO LATER THAN 23 Nov 2011, 08:30 AM, PST and offers NO LATER THAN 05 DEC, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email brock.bell@us.af.mil to confirm the quote was received. Point of contact is SSgt Bell, Contract Specialist, telephone 707-816-3899. Alternate POC is TSgt Siddiqui, Contracting Officer, asim.siddiqui@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0451276A001/listing.html)
 
Record
SN02629805-W 20111201/111129234025-510e1570592fe87cc8194ff93117a544 (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.