Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2016 FBO #5252
SOLICITATION NOTICE

R -- YOUTH SPORTS OFFICIAL - Wage Determination - PWS

Notice Date
4/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
F3Y0AS5006A001
 
Archive Date
4/30/2016
 
Point of Contact
Megan Rippinger, Phone: 4057393519, Donald J. Crabtree, Phone: 405-739-4182
 
E-Mail Address
megan.rippinger@us.af.mil, donald.crabtree.1@us.af.mil
(megan.rippinger@us.af.mil, donald.crabtree.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance of Work Statement Wage Determination Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: F3Y0AK5006A001 YOUTH SPORTS OFFICAL 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The Air Force Sustainment Center (AFSC/PZIOA) at Tinker Air Force Base Oklahoma, intends to award one firm fixed price contract for the acquisition of material listed below. Small Business Set Aside NAICS Code: 713940 Size Standard: $7.5M FSC: R499 EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provision of FAR Part 12, Commercial Items, and FAR 13 Simplified Acquisition Procedures. The offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. All responsible sources may submit a proposal in response to this solicitation, which shall be considered. This solicitation is being issued as a Request For Quote (RFQ), for a firm fixed type contract. The Air Force Sustainment Center (AFSC/PZIOA) at Tinker Air Force Base Oklahoma intends to award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government (best value). (1) All offerors shall submit a Capability Statement demontrating the capability to provide all requirements and services indicated in the Performance Work Statement (PWS). The Capability Statement should be brief (1 to 4 pages) and specifically related to the requirements described in the PWS and solicitation. At a minimum, the contents in the Capability Statement should address the following areas: (a) Required Certifications. Provide certifications from associations outlined in PWS. One-year requried experience will be confirmed during technical evaluation. Offeror may be determined to be technically unacceptable and ineligble for award of contract if required certifications are not provided. (b) Past Performance. Past Performance shall include experience in interpreting and other related services as outlined in the PWS and solicitation. Offerors shall provide a summary of places where these services were performed, to include names and contact information of references (include any contract numbers and/or information you may have for past or current contracts where you performed these services). All offerors shall meet the following requirements to determine contractor responsibility and acceptable past performance: (i) Have no negative past performance information that would determine past performance to be unacceptable. (ii) Meet contractor responsibility requirements in accordance with FAR 9.104-1. (iii) Is not debarred, suspended, proposed for debarment, excluded, disqualified or ineligible from receiving Federal contracts. (iv) Offerors may be determined to be unacceptable and ineligible for award of a contract if any of the above requirements are not met. (c) Corporate/Company Data. Include DUNS Number, Cage Code and other pertinent company information. (d) Contact information. Include name(s), address, phone number (main and cell), email address of your company contact(s). (2) Offers must meet the requirements of this solicitation and demonstrate the capability to provide all items/services indicated in this solicitation in order to be determined technically acceptable. Offerors will be notified if their capability statement does not meet the requirements of this solicitation. (3) Offerors must be determined technically acceptable in order to be eligible for award of a contract. (4) Offerors shoould be advised of background check requirements IAW PWS para 5 (m) - (r). (5) Offerors must be enrolled and active in the System for Award Management ( www.sam.gov ) to be eligible for award. Number of Contracts to be Awarded The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. Rejection of Unrealistic Offers The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP) CLIN # Part Number/Noun Quantity Unit of Issue Period of Performance 0001 : Youth Center Sports Officiating Services 1 LOT 1 MAY 16 - 30 APR 17 Description of Items: CLIN 0001: The contractor shall provide officials, scorekeepers, and timekeepers as stated below to include uniforms, transportation, equipment, and incidentals at TAFB for Youth Sports (Tee Ball, Baseball, Flag Football, Basketball, Night Hoops, Soccer, and Volleyball) in accordance with this Performance Work Statement. Payment will be made on a per game basis, limited to games actually performed. PeeWee Basketball: One officials and one scorekeeper per game. Officials: per game =$__________X 24 Games EST = $__________ Scorekeeper: per game=$__________x 24 Games EST=$____________ Youth Basketball: Two officials and one scorekeeper per game and one time keeper per game. Officials: per game=$__________x 42 Games EST=$____________ Scorekeeper: per game=$__________x 42 Games EST=$____________ PeeWee Soccer: One officials and one scorekeeper per game Officials: per game = $__________X 24 Games EST = $__________ Scorekeeper: per game=$__________X 24 Games EST=$___________ Youth Soccer: Two officials and one scorekeeper per game and one time keeper per game. Officials: per game = $__________X 42 Games EST = $__________ Scorekeeper: per game=$__________X 42 Games EST=$___________ PeeWee Flag Football: One officials and one scorekeeper per game.. Officials: per game =$__________X 24 Games EST = $___________ Scorekeeper: per game=$__________X 24 Games EST=$___________ Youth Flag Football: Two officials and one scorekeeper per game and one time keeper per game. Officials: per game =$__________X 36 Games EST = $___________ Scorekeeper: per game=$__________X 36 Games EST=$___________ Tee Ball Baseball: One officials and one scorekeeper per game.. Officials: per game =$__________X 24 Games EST = $___________ Scorekeeper: per game=$__________X 24 Games EST=$___________ Youth Baseball: Two officials and one scorekeeper per game and one time keeper per game. Officials: per game =$__________X 36 Games EST = $___________ Scorekeeper: per game=$__________X 36 Games EST=$___________ Terms and Conditions FAR 52.212-1. Instructions to Offerors - Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, 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 past performance considered. Technical and past performance, when combined, are approximately equal to cost or price. Any offeror must include a completed copy of the provision, FAR 52.212-3, Offeror Representations and Certifications. The government will award to the contractor who will be most advantageous to the government price and past performance. 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following clauses within 52.212-5 are included but not limited to : 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on 52.222-40, Notification of Employee Rights Under the National Labor Relations 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving The following DFARS clauses are included but not limited to : 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting Contact Information Quotations are due by: 15 April 2016 by 4:00 PM Central Standard Time (CST). Contact the following individual for information regarding this solicitation: SrA Megan Rippinger 405-739-3519 Contracting Specialist Megan.rippinger@us.af.mil TSgt Jake Crabtree 405-739-4182 Contacting Officer Donald.crabtree.1@us.af.mil NOTE: Emailed proposals are preferred RESPONSE PAGE RETURN THIS PAGE WITH THE COMPLETED INFORMATION AND AUTHORIZED SIGNATURE 1. OFFEROR INFORMATION BUSINESS NAME: STREET ADDRESS: CITY, STATE, ZIP: CAGE CODE and DUNS: BUSINESS WEB ADDRESS: CONTACT PERSON: TELEPHONE: FAX: E-MAIL: 2. Supplies/Services and Prices/Costs CLIN 0001 Proposed Price: Unit/EA Price: $_______ Total Price for CLIN 0001: $____________ Total Proposed Price for all CLINs: $__________ DISCOUNT TERMS: NET 30 or _______% IN _______ DAYS DAYS REQUIRED FOR DELIVERY: 3. Certification of Response Offeror's Authorized Representative's Signature Date Type or Print Name Position or Title Contractor is Required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/F3Y0AS5006A001/listing.html)
 
Place of Performance
Address: Youth Center, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04078071-W 20160410/160408234155-37ad42cfb2b6d3a54ba2f1272038dc5b (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.