Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

78 -- Fitness Center Sports Officials - Performance Work Statement (PWS) - FA5587-17-Q-0024 - Quote Sheet

Notice Date
5/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
 
ZIP Code
09461-0270
 
Solicitation Number
FA5587-17-Q-0024
 
Archive Date
12/31/2017
 
Point of Contact
Jenna Colon, Phone: 01638521221, Eric J. Schaffstein, Phone: 3142262217
 
E-Mail Address
jenna.colon.2@us.af.mil, eric.schaffstein@us.af.mil
(jenna.colon.2@us.af.mil, eric.schaffstein@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Quote Sheet FA5587-17-Q-0024 Performance Work Statement Fitness Center Sports Officials. Combined Synopsis/Solicitation RFQ - Fitness Center Sports Officials - Reference (Fitness Center Sporst Officials) FA5587-17-Q-0024 Requesting Agency: 100th Force Support Squadron - 100th FSS/FSFC RAF Mildenhall, Brandon, Suffolk, United Kingdom IP28 8NG 48th Force Support Squadron - 48th FSS/FSFC RAF Lakenheath, Brandon, Suffolk, United Kingdom IP28 9 PN Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a Comined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, offeror must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference Fitness Center Sports Officials. ***To be considered for award, you or your company must be System for Award Management (SAM), www.sav.gov registered and subsequently enrolled in Wide Area Workflow (WAWF), https://wawf.eb.mil/, for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. In accordance with FAR part 19(b), due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 711219, Other Spectator Sports. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95 effective 19 Jan 2017, DPN 20161222 effective 22 Dec 2016, AFAC 2017-0127 effective 27 Jan 2017.. PRICE SCHEDULE: Potential Offerors are to provide a quote for the items listed on the attached Quote Sheet. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. Please see attached sheet with a list of line items, quantities, and units of measure that include options years. Please see attached sheet with the description of requirements for the items to be acquired, the dates and place of delivery and accpetance and the FOB point. Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A.To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics. B.Quote Specifics: All quotes must include the following information: 1.Vendor's complete mailing and remittance address. 2.Discount for prompt payment, if any. 3.Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 4.Quotes shall be quoted in United States Dollars ($) or British Pounds Sterling (£) and shall be valid 60 days after final response date. 5.Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 6.Offeror shall submit an "employee list" of all individuals who will be acting in a management role for this contract, and include resumes for each individual. 7.Return a completed copy of Offeror Representations and Certifications; please see FAR 52.212-3 with ALT I within this solicitation for additional direction or provide updated information electronically through ORCA at www.sam.gov C.Quotes are due to this office no later than 1:00p.m. Eastern Time 16 June 2017. Quotes may be sent via e-mail to 2Lt Jenna Colon at jenna.colon.2@us.af.mil and TSgt Eric Schaffstein at eric.schaffstein@us.af.mil. (End Addendum) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from the total evaluated bases of: Technical capability, Past Performance and the lowest price technically acceptable (LPTA). The following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Price (b).Technical Capability. The government will evaluate technical proposals and the below listed sub-factors on a pass/fail-basis, assigning an overall rating of Acceptable, or Unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating for this Technical Capability primary factor. Accordingly, under the LPTA evaluation approach, offerors who receive an unacceptable rating for this factor, may not be considered for award. Note that the government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. If the Government elects to award without discussions, an initial technical rating of unacceptable will render the entire proposal unacceptable. Technical Acceptability shall be evaluated against the following sub-factors where all sub-factors are considered equal: As a result of the government's evaluation of the aforementioned technical sub-factors of Transition Plan, Quality Control Plan, and Management Plan and all associated elements accordingly it is the contractors responsiblity to meet the requirements outlined in the PWS, a determination of acceptable or unacceptable will be assigned for this factor of Technical Acceptability using the following ratings and descriptions: (c).Past Performance. The contractor will be evaluated on their past performance and demonstrated ability to meet the requirements outlined in the PWS. Past performance evaluation may be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. As a result of the government's evaluation of the aforementioned past performance evaluation, a determination of acceptable or unacceptable will be assigned for this factor of Past Performance using the following ratings and descriptions: Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptable/unacceptable, "unknown" shall be considered acceptable. (End of provision) Please see attachment for 52.212-3, Offeror Representation and Certifications, and 52.212-4, Contract Terms and Conditions. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The date and time of final offers is 19 June 2017, 1:00 PM Eastern Time. Please contact Jenna Colon jenna.colon.2@us.af.mil 01638521221 and Eric Schaffstein eric.schaffstein@us.af.mil 01638522217
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9d48c1eb2189a36c11ac9460a5f19fe)
 
Place of Performance
Address: 48 FSS/SVS - F2P3V2, Bldg 904, Bedford Road, RAF Lakenheath, IP27 9PN, 100 FSS/FSDL - F3B304, Bldg 849, RAF Mildenhall, IP28 8NF, United Kingdom
 
Record
SN04512701-W 20170519/170517235954-c9d48c1eb2189a36c11ac9460a5f19fe (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.