Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2016 FBO #5313
SOLICITATION NOTICE

U -- Military Canopy Control & Camera Refresher Training - PWS

Notice Date
6/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA487716Q0296
 
Archive Date
6/30/2016
 
Point of Contact
Amanda Fay Henderson, Phone: 5202282213, Jozlyn J. Brewton, Phone: 5202280041
 
E-Mail Address
amanda.henderson.2@us.af.mil, jozlyn.brewton@us.af.mil
(amanda.henderson.2@us.af.mil, jozlyn.brewton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Limited Sources J&A Peformance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in FAR 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. Solicitation FA4877-16-Q-0296 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-88, Defense Circular Number 20160607, and Air Force Acquisition Circular 2016-0603. This procurement is being issued as a small business set aisde and limited sources justification (See attachment). The North American Industry Classification System Code is 611699 with a size standard of $11.0 Million or less The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001 - Military Freefall Canopy Control & Camera Refresher Training in support of the 304th RQG IAW the attached Performance Work Statement. Period of Performance: 20 - 28 June 2016 QUOTE MUST INCLUDE: The name of the company of the Air Carrier being used for the Airlift Services IAW with the attached PWS. SEE ATTACHED PWS FOR ADDITIONAL INFORMATION THE AIRLIFT PORTION OF THIS REQUIREMENT IS A LIMITED SOURCE REQUIREMENT IN ACCORDANCE WITH THE ATTACHED J&A Clause 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates 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/these address(es): http://farsite.hill.af.mil Provision, 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and lowest price. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-1, Small Business Program Representations Alternate I of 52.219-1 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Labor Standards The prevailing wage determination for the county this service is to be provided in is applicable to this acquisition and will be applied upon contract award. Wage Determinations are available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits GS-12 $32.97 (End of Clause) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.222-22, Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-55, Minimum Wages Under Executive Order 13658 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM017 - Davis Monthan AFB Marijuana Policy DM019 - Contractor Manpower Reporting 5352.201-9101, Ombudsman (APR 2014) - AFICA/KPC (OL-ACC) Ombudsman, Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: lateef.hynson@us.af.mil. Any questions pertaining to this acquisition shall be submitted in writing no later than Monday, 13 June 2016 by 10:00 AM Arizona Local Time. Written questions shall be sent to 355CONS.LGCBB@us.af.mil, and Ms. Amanda Henderson, at amanda.henderson.2@us.af.mil and SrA Jozlyn Brewton at jozlyn.brewton@us.af.mil. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via email Wednesday, 15 June 2016, 12:00 P.M, Arizona Local Time. Point of Contact is: Primary: Ms. Amanda Henderson - email: amanda.henderson.2@us.af.mil and 355CONS.LGCBB@us.af.mil; phone: 520-228-2213 It is the responsibility of the vendor to ensure the quote was received by 355 CONS on time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA487716Q0296/listing.html)
 
Place of Performance
Address: Refer to PWS, United States
 
Record
SN04142281-W 20160610/160608234100-0a227dda7d5cfe314f695a7fd06b5f97 (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.