Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

X -- United States Air Force Academy Band Concert Venue Rental - Attachments

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711320 — Promoters of Performing Arts, Sports, and Similar Events without Facilities
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2579-17-Q-6040
 
Archive Date
5/20/2017
 
Point of Contact
Joseph Darby Williams, Phone: 7195566127, Jeremy Rash, Phone: 7195568004
 
E-Mail Address
joseph.williams.69@us.af.mil, jeremy.rash@us.af.mil
(joseph.williams.69@us.af.mil, jeremy.rash@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - SCA Wage Determination Attachment 2 - Contractor Submittal Form Attachment 1 - PWS (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; a quote is being requested and a written solicitation will not be issued. (ii) Solicitation, USAF Academy Band - Pikes Peak Center, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. (iv) This acquisition is being procured as a sole source requirement. The NAICS code for this requirement is 711320, Promoters of Performing Arts, Sports, & Similar Events w/ Facilities. The size standard is $15M and a single award is expected to be made as a result of evaluation of the quote recieved. Wage Determination 2015-5417 Revision 4 applies to this acquisition. (v) The required commercial services are outlined in Attachment 1, Performance Work Statement (PWS). Following is a list of contract line item number(s) and items, quantities and units of measure. CLIN 0001 - USAFA Band Venue Rental Period of Performance: 15 - 16 May 2017 (vi) DESCRIPTION: The contractor shall perform services in accordance with Attachment 1, PWS. (vii) The anticipated start date is 15 May 2017. Place of performance is The Broadmoor World Arena - Pikes Peak Center for the Performing Arts, Colorado Springs, CO. (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation. (b) A technical description shall describe the offeror's approach for meeting the technical evaluation factor identified in FAR 52.212-2. (ix) FAR 52.212-2 -- Evaluation -- Commercial Items (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate the offer: Factor 1: Technical Capability Factor 2: Price Page 2 of 3 (1) Factor 1: Technical Capability (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. (B) Technical Capability Factor: Offeror shall sumit a technical capability statement demonstrating the offeror has a familiarity and understanding of musical performance venue requirements and has the ablility to successfully fulfill ALL PWS requirements. The offeror shall also demonstrate they possess a minimum of two years experience working in similar performance venues. Submission shall be a maximum of 4 pages. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (3) AWARD PROCESS: The Government will first evaluate all quotations for responsiveness and then on an acceptable or unacceptable basis to determine whether the quote meets the specifications defined in Factor 1: Technical Capability, paragraph B. Quotes will then be ranked according to price. The offeror who submits the lowest price and meets or exceeds the specifications defined in Factor 1: Technical Capability, paragraph B will receive the award. The award will be made to that offeror without further consideration of any other offerors. (b) Options. No options will be considered for this acquisition. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition. Please see Attachment 2 for full text. Ensure all Representations and Certifications are updated in SAM. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. (xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. Page 3 of 3 (xiv) Attachment 2, Contractor Submittal Form, must be fully completed and submitted with the offeror's quote. The quote is due via e-mail not later than 5 May 2017 1300 MST. If you have any questions, please submit them in writing not later than 4 May 17 1300 MST. All quotes and questions (if applicable) should be submitted to 21cons.lgcbb@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xv) For additional information regarding this solicitation please contact the Contracting Officer TSgt Jeremy Rash at Jeremy.Rash@us.af.mil. Ensure you reference the solicitation number in the Subject Line. JEREMY D. RASH Contracting Officer Attachments: 3 1. Perfromance Work Statement 2. Contractor Submittal Form 3. SCA Wage Determination 2015-5417 Rev. 4
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2579-17-Q-6040/listing.html)
 
Place of Performance
Address: Colorado Springs, CO, Colorado Springs, Colorado, 80915, United States
Zip Code: 80915
 
Record
SN04490934-W 20170503/170501234457-da56d0046c2233a4741414aafc413edf (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.