Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOLICITATION NOTICE

G -- Basketball Officials - Performance Work Statement

Notice Date
1/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-15-T-0004
 
Archive Date
2/24/2015
 
Point of Contact
Constance J DIetrich, Phone: 6097543177
 
E-Mail Address
constance.dietrich@us.af.mil
(constance.dietrich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Monmouth/Ocean County Wage Determination Burlington county Performance Work Statement (dated 7 Jan 15) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-15-T-0004 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, Effective 26 Dec 14 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150115. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 711219 with a small business size standard of $11,000,000.00. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: *** PERIOD OF PERFORMANCE: 23 FEBRUARY 2015 - 30 SEPTEMBER 2015*** CLIN 0001 -OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE QTY: 200 Games PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ CLIN 0002 - OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL FINALS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE QTY: 4 Games PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ CLIN 0003 - OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- LAKEHURST LEAGUE QTY: 50 Games PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ CLIN 0004 - OFFICIALS/SCOREKEEPER/TIMER FOR YOUTH BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE QTY: 45 Games PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ CLIN 0005 - OFFICIALS/SCOREKEEPER/TIMER FOR HIGH SCHOOL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE QTY: 25 Games PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ QUOTE EVALUATION PROCEDURES: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technical acceptable the offeror must provide proof of current and valid certification from the National College Athletic Association (NCAA). Offerors who do not provide any technical documentation will be rated as not acceptable in the technical area. Price will be determined by multiplying the quantities identified in the solicitation by the proposed unit price for each contract line item. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1) or unreasonable may not be considered for award. Award will be made to the lowest price technical acceptable quote received. Offerors must prepare the Request for Quote response within the parameters of Wage Determination #2005-2449, Revision #14 (Burlington County), dated 25 July 2014 and Wage Determination #2005-2351, Revision #13 (Ocean County), dated 25 July 2014, attached as external documents. RFQ RESPONSES ARE DUE NO LATER THAN 09 FEBRUARY 2015 @ 3:00 PM EDT. Quotes shall be submitted to constance.dietrich@us.af.mil and michael.yerger.1@us.af.mil or mailed to 87 Contracting Squadron, ATTN: SrA Dietrich/Michael Yerger, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-7, System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.222-99, Establishing a Minimum Wage for Contractors FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.228-5, Insurance - Work on a Government Installation DFARS 522.204-7004, Alternate A, System for Award Management DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses: DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) AFFARS 5352.201-9101, Ombudsman. Addendum to 52.228-5 entitled "Insurance Work on a Government Installation". The contractor shall, at their own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, with the following FAR provisions/clauses: 52.219-6, Notice of Total Small Business Set Aside 52.219-14, Limitations on Subcontracting 52.222-19 Child Labor 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Verification 52.222-43 Fair Labor Standards Act 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policies 52.232-29, Terms for Financing of Purchases of Commercial Items ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-15-T-0004/listing.html)
 
Place of Performance
Address: 3021 McGuire Blvd, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03624228-W 20150128/150126234110-fa900f67e7a724817c46e3f09290cafd (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.