Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

U -- Protestant Music Director

Notice Date
12/19/2019 6:46:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699 USA
 
ZIP Code
31699
 
Solicitation Number
FA483020QS003
 
Response Due
1/6/2020 11:00:00 AM
 
Archive Date
01/21/2020
 
Point of Contact
Rachel O. Quinn, Phone: 2294603546, Mary L. Twitty, Phone: 2292574722
 
E-Mail Address
rachel.quinn.3@us.af.mil, mary.twitty.1@us.af.mil
(rachel.quinn.3@us.af.mil, mary.twitty.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. AVAILABILITY OF FUNDS The Government intends to award for this service, HOWEVER FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation number for this procurement is FA4830-20-Q-S003 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively.� Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2018-0525.� In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 813110.� The small business size standard is $7.5 million. The Government intends to award a single contract from this solicitation.� This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).� Note: FAR 52.222-17 Nondisplacement of Qualified Workers applies. Quoters may contact the primary or additional points of contacts listed for this acquisition for contract information of current employees. Quoters will have access to employee information of only those employees who have consented to release this information. Description:� The purpose of this RFQ is to one (1) Protestant Music Director for Moody AFB in accordance with Attachment 1:� Performance Work Statement (PWS).� FOB Point:� Destination (Moody AFB, GA.) Period of Performance: Base Year:������� 1 March 2020 through 28 Feb 2021 Option Year 1:� 1 March 2021 through 28 Feb 2022 Option Year 2:� 1 March 2022 through 28 Feb 2023 Option Year 3:� 1 March 2023 through 28 Feb 2024 Option Year 4:� 1 March 2024 through 28 Feb 2025 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed.� Information concerning SAM requirements may be viewed via the internet at https://beta.sam.gov/.� Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract.� All clauses may be viewed in full text via the internet at https://www.acquisition.gov/content/regulations . PROVISIONS AND CLAUSES All Provisions and Clauses that will be input for this solicitation and contract will be listed in Attachement 2 � Provisions and Clauses. Response Time:� Quotations will be accepted electronically no later than 2:00 P.M. E.S.T. on Monday, 6 January, 2020.� All quotations shall be marked with the RFQ number and title.� Email quotations shall be sent to both the primary and alternate points of contact identified below.� The provision at FAR 52.212-1, Instruction to Offerors � Commercial Items, applies to this acquisition.� Quotations shall contain the following information:� RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote;� Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Price:� Quoted prices must be submitted using the Pricing Schedule at Attachment 3.� Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231).� Quoters rejecting the terms and conditions may be excluded from consideration.� Note:� Department of Labor (DOL) Wage Determination 16-0939 Rev. 9, dated 04/03/2019, at Attachment 6, applies. 2. Technical Capability:� The contractor must submit the required documents as stated within the PWS IAW para. 1.5 Qualifications and Experience in order to demonstrate a clear and capable ability to perform the work for this requirement.� These documents must be submitted with the contractor�s proposal. 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation:� IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Past Performance Records. Price:� Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year.� Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent.� A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: Evaluation of technical capability will look at the contractor�s submitted documentation to determine if the contractor is has a clear and capable ability to perform the work IAW the PWS.� Past Performance:� Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar.� Site Visit: There is no site visit planned for this requirement. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 12 December 2019. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 19 December 2019. Primary Point of Contact:� Rachel Quinn, Email: rachel.quinn.3@us.af.mil, Phone: 229-257-3546 Alternate Point of Contact:� Mary Twitty, Email: mary.twitty.1@us.af.mil, Phone: 229-257-4722 Alternate Point of Contact:� Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � Provisions and Clauses Attachment 3 � Pricing Schedule Attachment 4 �E98 Attachment 5 � SFLLL Attachment 6 �Contractor Financial Information
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e81b621bf8940a29871a30af49861b5/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN05521363-F 20191221/191219230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.