SOLICITATION NOTICE
T -- 2017 Audio and Visual Production Services - PWS
- Notice Date
- 9/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512199
— Other Motion Picture and Video Industries
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA486117QB712
- Archive Date
- 10/21/2017
- Point of Contact
- Rommel Delmundo, Phone: 702-652-5488, Joshue C. Madilar, Phone: 7026529564
- E-Mail Address
-
rommel.delmundo@us.af.mil, joshue.madilar.1@us.af.mil
(rommel.delmundo@us.af.mil, joshue.madilar.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Fa486117QB712 - RFQ Worksheet Performance Work Statement - 13 Sep 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 #: FA486117Q712 This combined Synopsis/Solicitation is issued as a Request For Quotes (RFQ). A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS : 512199 PSC: T016 2017 Airshow Audio Video Production Services, Nellis AFB, NV CLIN 0001 - Furnish personnel, equipment, and other required items for the setup, support, and removal of the audio and visual production for the 2017 Nellis Aviation Nation Open House (Airshow) in accordance with Performance Work Statement, dated 13 Sep 2017 (see attached) CLIN 1001 - Furnish personnel, equipment, and other required items for the setup, support, and removal of the audio and visual production for the 2018 Nellis Aviation Nation Open House (Airshow) in accordance with Performance Work Statement, dated TBD. Performance Location: Nellis AFB, NV 89191 - Proposal must include all services required for this requirement, partial proposals will be deemed technically unacceptable. ** Please see RFQ Worksheet attached ** The following Clauses apply: FAR 52.212-1 - Instructions to Offerors applies to this acquisition QUOTE SPECIFICS : All quotes must include the following information: 1. Quote shall include the contractors Technical Capability as follows: a) A technical description of the item(s)/service(s) being offered in sufficient detail to so as to evaluate compliance with the requirements listed above and associated Statement of Work (SOW). This includes, but not limited to transportation vehicle specifications or other documents, as found necessary to indicate the vendor's ability to satisfy this requirement. 2. Quote shall include the contractors Price Quotation as follows: a) Contractor's Unit and Total Price relating to each CLIN above. i. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) b) Discount for prompt payment - if any 3. Company Point of Contact with name, address, email address, and telephone number. 4. Quotes must be valid for a period of no less than 45 days 5. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register. FAR 52.212-2 - Evaluation - Commercial Items : FAR 52.212-2 ADDENDUM : EVALUATION 1 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated. The following factors shall be used to evaluate quotations: a) Price Quotation: The Government will evaluate offers for award purposes by adding the total price for the base year and all options, including both the 52.217-8 Option to Extend Services and the 52.217-9 Option to Extend the Term of the Contract, to the total price for the basic requirement. Evaluated Price is determined by adding the price of the six month extension period, in accordance with FAR 52.217-8 Option to Extend Services, to the Proposed Price. The six month extension price is determined by taking 50% of the final option year's total price, which represents the maximum 6-month period the 52.217-8 could be utilized, for each position and then summing those values. The extension period price is then added to the Proposed Price to derive the Evaluated Price. Evaluation of options shall not obligate the Government to exercise the option(s). 2 Technical Capability •a) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. To be determined technically acceptable for award, a quotation also must be supplemented with a technical approach, meet all technical requirements, conform to all required terms and conditions, and provide all information required. Only one award will result from this combined synopsis/solicitation. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference 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/ 9. The following clauses are incorporated by references. FAR 52.212-4, Contract Terms and Conditions -- Commercial Item FAR 52.247-34, FOB Destination DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 10. The following clauses are incorporated by full-text. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _x_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). _x_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _x_ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _x_ (14) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637 (d) (4)). __ (iii) Alternate II (Oct 2001) of 52.219-9. _x_ (23) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). _x_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2013) (E.O. 13126). _x_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _x_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _x_ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _x_ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _x_ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (48) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _x_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq. ). _x_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). _ _ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq. ) (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.232-19 -- Availability of Funds for the Next Fiscal Year. As prescribed in 32.706-1 (b), insert the following clause in solicitations and contracts if a one-year indefinite-quantity or requirements contract for services is contemplated and the contract (a) is funded by annual appropriations and (b) is to extend beyond the initial fiscal year (see 32.703-2(b)): Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 30 Sep 2017. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 Sep 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Offers are due on, 06 Oct 2017, at 12:00pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to A1C Joshue Madilar at joshue.madilar@us.af.mil and TSgt Rommel Delmundo at rommel.delmundo@us.af.mil. *Please include the solicitation number, FA486117QB712- 2017 Audio and Visual Production Services, is in the Subject Line of the email to ensure prompt receipt of your proposal. Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation. Primary Point of Contact Secondary Point of Contact Rommel Delmundo, TSgt, USAF Joshue Madilar, A1C, USAF Contracting Officer Contract Specialist 702-652-5488 702-652-9564 Rommel.Delmundo@us.af.mil 51 Joshue.Madilar@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA486117QB712/listing.html)
- Place of Performance
- Address: Nellis AFB, NV, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN04675664-W 20170915/170913232205-30f32eaccbd0fcab0bb05780809c7cba (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 |