Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

V -- Post Deployment Retreat - PWS

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
F1LT017087AW01
 
Archive Date
6/14/2017
 
Point of Contact
Jacob C. Silbaugh, Phone: 5757840496, Denny De Guzman, Phone: (575)784-4690
 
E-Mail Address
jacob.silbaugh@us.af.mil, denny_chris.de_guzman.1@us.af.mil
(jacob.silbaugh@us.af.mil, denny_chris.de_guzman.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS for Retreat 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and Defense Change Notice 20150120. 3) The standard industrial classification code is V231, NAICS is 721110, Small Business Size Standard for this NAICS code is 500 employees. 4) Description: a) CLIN 0001 ( 1 EA) - 26 STS Post Deployment Retreat Cost for Couples b) CLIN 0002 ( 1 EA) - 26 STS Post Deployment Retreat Cost for Singles See Attachment for specifications The following provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor (above micro-purchase), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (above micro-purchase), FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities (above $15K), FAR 52.222-37 Employment Reports on Veterans (use only if using 52.222-35), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 5) Quotes must be signed, dated and submitted by 30 May 2017, 1000hrs, Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: SrA Jacob Silbaugh - jacob.silbaugh@us.af.mil Alternate: SrA Denny DeGuzman - denny_chris.de_guzman.1@us.af.mil 6) For further inquiries, please email the POC's listed above or the Contracting Officer, TSgt Jamius Virgil at jamius.virgil@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/F1LT017087AW01/listing.html)
 
Place of Performance
Address: Within 30 mile perimeter of the Santa Fe city (NM) limits., Santa Fe, New Mexico, 87501, United States
Zip Code: 87501
 
Record
SN04486201-W 20170428/170426235206-3c3f2e5ab03e784e632b81e1d410eb72 (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  © 1994-2020, Loren Data Corp.