Sports Officiating and Scorekeeping Services

expired opportunity(Expired)
From: Federal Government(Federal)
N4019220Q7120

Basic Details

started - 25 Sep, 2020 (about 3 years ago)

Start Date

25 Sep, 2020 (about 3 years ago)
due - 29 Sep, 2020 (about 3 years ago)

Due Date

29 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
N4019220Q7120

Identifier

N4019220Q7120
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE NAVY (156908)NAVFAC (10911)NAVFAC PACIFIC CMD (3911)NAVFAC MARIANAS (385)NAVFAC ENGINEERING COMMAND MARIANAS (362)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

25 September 2020:  The purpose of this amendment is to post an updated Statement of Work to the solicitation.DATE:  24 September 2020I.  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6; the procedures of FAR 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued.  II.  This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019220Q7120.   III.  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective dated 31 August 2020.IV.  This acquisition is a full and open competition. The North American Industrial Classification System (NAICS) code is 711219 and the small business size standard is $12 million.V.  Potential
vendors are to quote on the following Contract Line Items:The Government intends to award a firm-fixed price contract for the following contract line items description, quantity and unit of issue:CLINDESCRIPTIONQTYUNIT OF ISSUEAMOUNT0001Base Period:  Sports Officiating and Scorekeeping ServicesPOP:  5 Oct 2020 through 4 Oct 20211Each0002Option Period 1:  Sports Officiating and Scorekeeping ServicesPOP:  5 Oct 2021 through 4 Oct 20221Each0003Option Period 2:  Sports Officiating and Scorekeeping ServicesPOP:  5 Oct 2022 through 4 Oct 20231EachVI.  The requirements must be met as stated in Attachment 1, Statement of Work (SOW).  VII.  FAR 52.212-1, Instructions to Offerors—Commercial Items (Jun 2020), applies to this acquisition.  The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.VIII.  FAR 52.212-2, Evaluation – Commercial Items (Oct 2014), applies to this acquisition.  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.  The following factors shall be used to evaluate offers:Technical capability of the services offered to meet the Government requirement.  Technical capability is defined as meeting all of the requirements in the SOW to include qualifications specified in the SOW.  To include, but not limited to, proof of Head Officials’ current, certification/registration and a minimum 2 years of prior sport officiating experience. Price Offers will be listed in ascending order by price (low to high).  The price evaluation will document the reasonableness and completeness of the total evaluated price.  The award will be made to the lowest priced offeror who is determined to be technically capable and represent the best value to the Government. If the lowest priced offer is found technically capable, the award will be made without further consideration.  If the lowest priced offer is deemed technically incapable, the next lowest priced offer will be evaluated for technical capability, and so on until an award can be made to the lowest priced technically capable offer.Past Performance Offeror’s are required to provide at least one (1) letter of reference and/or letter of recommendation that addresses offeror’s quality of the officiating services they have provided in recent years.  The letter of reference/recommendation should be for services similar in scope to this requirement.*Recent refers to within the last two years. Past performance information may be obtained from established systems such as Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency and Contracting Officers.Technical and Past Performance, when combined, are equal to price.A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful 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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.IX.  FAR 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services and Equipment (Aug 2020) is included in this solicitation.  Offerors must include a copy of this provision with its offer.X. FAR 52.212-3, Offeror Representation and Certifications—Commercial Items (Aug 2020) is included in this solicitation. XI.  FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018) applies to this acquisition.  No addenda to this clause.XII.  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020).  These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition:FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jun 2020)FAR 52.209-6, Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020)FAR 52.222-3, Convict Labor (Jun 2003)FAR 52.222-19, Child Labor (Jan 2020)FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26, Equal Opportunity (Sep 2016)FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020)FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)FAR 52.222-41, Service Contract Labor Standards (Aug 2018)FAR 52.222-42, Statement of Equivalent Rates for Federal Hires  (May 2014)FAR 52.222-50, Combating Trafficking in Persons (Jan 2019)FAR 52.222-55, Minimum Wages Under Executive Order (Jan 2017)FAR 52.222-62, Paid Sick Leave Under Executive Order (Jan 2017)FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)FAR 52.224-3, Privacy Training (Jan 2017)FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018)XIII.  The following FAR and DFARS provisions and clauses are applicable to this acquisition:FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)      FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)FAR 52.217-5, Evaluation of Options (Jul 1990)FAR 52.217-8, Option to Extend Services (Nov 1999)FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)FAR 52.232-18, Availability of Funds (Apr 1984)FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984)FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011)DFARS 252.204-7006, Billing Instructions (Oct 2005)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019)DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)DFARS 252.225-7048, Export-Controlled Items (Jun 2013)DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018)DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)DFARS 252.247-7023, Transportation of Supplies by Sea – Basic (Feb 2019)DFARS PGI PAYMENT INSTRUCTIONS, Payments shall be made in accordance with the Payment Instructions table at DFARS PGI 204.7108(b)(2).    XIV.  All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/SAM/ to be considered for award.  Offerors must be registered with NAICS 336214. Quote must be directly submitted by the firm registered in SAM that is intended to be the successful awardee.  Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award “care of” will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status.XV.  Submit quote via email to Angelica Hibbert at angelica.hibbert@us.af.mil.  Submittal of multiple quotes will not be accepted.XVI.  A response to this RFQ must be received via e-mail no later than 9:00 am Chamorro Standard Time (ChST) on 30 September 2020.  Oral quotes will not be accepted.  Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments.  No other email receipt will be acceptable.  The Government does not accept responsibility for non-receipt of quotes.  It is the vendor’s responsibility to request and receive confirmation of quote receipt.XVII.  Please send any questions to the email provided above or call 671-366-6603 for information regarding this solicitation no later than 11:00 am ChST on 28 September 2020.

Yigo ,
 GU   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Recreation Instructors - Sports Officiating

Due: 31 Mar, 2025 (in 11 months)Agency: Department of Recreation

19RP033 - ADULT BASKETBALL OFFICIATING SERVICES

Due: 01 Jun, 2024 (in 1 month)Agency: City of Scottsdale

Recreation Officiating Services

Due: 31 Aug, 2024 (in 4 months)Agency: Department of Recreation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 711219Other Spectator Sports
pscCode G003Recreational Services