The RFP Database
New business relationships start here

Basketball Officials


New Jersey, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-15-T-0004 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, Effective 26 Dec 14 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150115. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 711219 with a small business size standard of $11,000,000.00. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

*** PERIOD OF PERFORMANCE: 23 FEBRUARY 2015 - 30 SEPTEMBER 2015***
CLIN 0001 -OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE
QTY: 200 Games
PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ


CLIN 0002 - OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL FINALS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE
QTY: 4 Games
PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ


CLIN 0003 - OFFICIALS/SCOREKEEPER/TIMER FOR INTERMURAL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- LAKEHURST LEAGUE
QTY: 50 Games
PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ


CLIN 0004 - OFFICIALS/SCOREKEEPER/TIMER FOR YOUTH BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE
QTY: 45 Games
PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ


CLIN 0005 - OFFICIALS/SCOREKEEPER/TIMER FOR HIGH SCHOOL BASKETBALL PROGRAM IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ATTACHED AS AN EXTERNAL DOCUMENT- FORT DIX/MCGUIRE LEAGUE
QTY: 25 Games
PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ


QUOTE EVALUATION PROCEDURES: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.
The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technical acceptable the offeror must provide proof of current and valid certification from the National College Athletic Association (NCAA). Offerors who do not provide any technical documentation will be rated as not acceptable in the technical area.
Price will be determined by multiplying the quantities identified in the solicitation by the proposed unit price for each contract line item. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1) or unreasonable may not be considered for award. Award will be made to the lowest price technical acceptable quote received. Offerors must prepare the Request for Quote response within the parameters of Wage Determination #2005-2449, Revision #14 (Burlington County), dated 25 July 2014 and Wage Determination #2005-2351, Revision #13 (Ocean County), dated 25 July 2014, attached as external documents.


RFQ RESPONSES ARE DUE NO LATER THAN 09 FEBRUARY 2015 @ 3:00 PM EDT. Quotes shall be submitted to constance.dietrich@us.af.mil and michael.yerger.1@us.af.mil or mailed to 87 Contracting Squadron, ATTN: SrA Dietrich/Michael Yerger, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641.


APPLICABLE CLAUSES/PROVISIONS:
FAR 52.204-7, System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-2, Evaluation-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision)
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.222-99, Establishing a Minimum Wage for Contractors
FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.228-5, Insurance - Work on a Government Installation
DFARS 522.204-7004, Alternate A, System for Award Management
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses:
DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008)
AFFARS 5352.201-9101, Ombudsman.


Addendum to 52.228-5 entitled "Insurance Work on a Government Installation". The contractor shall, at their own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract.


The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.


General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence.


Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required.


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, with the following FAR provisions/clauses:
52.219-6, Notice of Total Small Business Set Aside
52.219-14, Limitations on Subcontracting
52.222-19 Child Labor
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Verification
52.222-43 Fair Labor Standards Act
52.223-15 Energy Efficiency in Energy-Consuming Products
52.223-18 Encouraging Contractor Policies
52.232-29, Terms for Financing of Purchases of Commercial Items


ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.


Constance J DIetrich, Phone 6097543177, Email constance.dietrich@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP