MODIFICATION
R -- Rome Research Site Professional and Technical Support
- Notice Date
- 9/5/2002
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- F30602-02-R-5002
- Response Due
- 9/18/2002
- Point of Contact
- Cindy Rutledge, Contract Specialist, Phone null, Fax (315) 330-2555,
- E-Mail Address
-
rutledge@rl.af.mil
- Description
- DESCRIPTION: Reference original notice posted on Jul 11, 2002 as a Request For Proposal (RFP). Previous notice stated this requirement would be an Indefinite Delivery/Indefinite Quantity (IDIQ)/Time and Materials with a period of performance of Sixty (60) months anticipated. In lieu of an Indefinite Delivery/Indefinite Quantity (IDIQ)/Time and Materials with a period of performance of Sixty (60) months this contract will be a IDIQ Firm Fixed Price Contract with a period of performance of Sixty (60) months. Performance will be at AFRL/Rome Research Site. This requirement will be issued as a Combined Synopsis Solicitation (RFP) under F30602-02-R-5002. THIS NOTICE IS THE 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE PROCEDURES AT FAR SUBPART 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS WILL BE FOLLOWED. The entire solicitation will be released on the FedBiz Opps, www.fedbizopps.gov Select "Vendors", under Acronym, select "USAF", at AFMC, select "Locations", at AFRL, Rome Research Site, select "Posted Dates". PAPER COPIES WILL NOT BE AVAILABLE. This is a competitive acquisition restricted 100% to small business firms under NAICS code 541990 with a small business standard of $5 million average annual revenue for the previous three years. All responsible sources may submit a proposal, which shall be considered by this agency. To be eligible to receive an award from a Department of Defense (DoD) activity, contractors must be registered in the DoD Central Contractor Registration (CCR) Database. To register, access the CCR Home Page at http://www.ccr2000.com. Any prospective offerors interested in submitting a proposal, and who did not previously register under the original notice, must register under the FedBiz Opps by email to: rutledge@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number, point-of-contact, fax number, and e-mail address. This list will be posted at the FedBiz Opps to facilitate subcontracting opportunities only. Offerors registering their name on the List should not conclude that they would receive a paper copy of the solicitation in the mail. All prospective offerors are responsible to visit the FedBiz Opps frequently and obtain any modifications or other information pertaining to this combined synopsis/solicitation. The combined synopsis/solicitation will be available by downloading the documents from the Fed Biz Opps. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-09 and DFARS Change Notice 20020730. Additional information may be obtained at the Fed Biz Opps web site and FAR/DFAR/AFFAR/AFMCFARSUP on-line, at http://farsite.hill.af.mil, the latter for access to full text of all provisions and clauses. This acquisition is entitled Rome Research Site (RRS) Professional & Technical Support and will provide professional and technical support for its Control, Communications, Computer Intelligence (C4I) mission. This support will be in three major areas - Global Awareness, Dynamic Planning and Execution and Global Information Enterprise. All work will be in accordance with the Statement of Scope and Labor Category Qualifications. This is an Indefinite Quantity contract as contemplated by FAR 16.504. The total scope of the technical tasks for which orders may be issued is set forth in the attached Statement of Scope. The maximum dollar amount the Government may order under this contract is to be determined based upon the Offeror's total price, the minimum amount is the amount obligated on the first order. Award will be based on the total price. Vendors are encouraged to use the Standard Form 1449 (provided) as the first page of their offer. See FAR 52.212-1(b)(11). The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. Paragraph (c) is amended to read as follows: The offeror agrees to hold the prices in its proposal firm for 120 calendar days from the date specified for receipt of offers. The following paragraphs are added to 52.212-1: (k) OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT PAST PERFORMANCE INFORMATION (PPI) BY 13 Sep 2002; HOWEVER, FAILURE TO SUBMIT EARLY WILL NOT RESULT IN AN OFFEROR'S DISQUALIFICATION. THE PPI MUST BE SUBMITTED NO LATER THAN THE DUE DATE FOR SUBMISSION OF PROPOSALS. FAR 52.212-2 Evaluation-Commercial Items is applicable. Paragraph (b) is deleted. The factors identified below, the first being significantly more important than factor (ii) and (iii) which are of equal importance to one another. (i) FACTOR 1: PRICE. The price factor will be evaluated for fairness and reasonableness and to the extent to which the proposed labor rates meet AFRL/IF's goal of obtaining qualified technical and professional services at the most affordable price possible. Fairness and Reasonableness - the degree to which proposed price compares to the price reasonable and prudent person would expect to incur for the same or similar goods or services. (ii) FACTOR 2: PAST PERFORMANCE. The extent to which the Offeror's past performance met customer requirements, including the Offeror's history of controlling costs, adhering to schedules (including the administrative aspect of performance), reasonable and cooperative behavior and commitment to customer satisfaction, and generally the Offeror's business-like concern for the interests of the customer. Offerors shall provide past performance information on at least three (3) contracts for similar Government and/or non-Government work within the past five (5) years. The past performance information should indicate relevant satisfactory past performance in compliance with the terms of the contract. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Contracting Officer shall seek and evaluate relevant performance information based on (1) past performance information provided by the Offeror, (2) information obtained from the references provided by the Offeror and/or (3) data independently obtained from other Government and commercial sources. Offerors are permitted, but not required, to submit information on significant achievements or to explain past problems that they consider relevant to the proposed service, as well as, past efforts to identify and manage program risk and corrective actions taken. (Complete and submit the PPI QUESTIONNAIRE.) If offerors have no relevant past performance, the proposal must so state. If you choose not to use the PPI questionnaire, you are cautioned to complete and provide with your proposal all the data requested in the questionnaire. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the service described in this RFP, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past performance history shall receive the rating "neutral", meaning the rating is treated neither favorably nor unfavorably. (iii) FACTOR 3: PROGRAM MANAGEMENT. The extent to which the Offeror is able to manage the effort so that the required tasks, as outlined in the Statement of Scope and resulting Statements of Work for each order, are performed by qualified personnel. The Management Plan will address the procedures to be followed when filling positions, to ensure qualified personnel are hired and provided in a timely manner to meet AFRL/IF's stated requirements. Include a completed copy of FAR 52.212-3 and DFAR 252.212-7000, Offerors Representations and Certifications-Commercial Items with your proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. FAR 52.212-4(a) is amended to read as follows: "(1) When defects in service cannot be corrected by re-performance, the Government may (i) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (ii) reduce the contract price to reflect the reduced value of the services performed. (2) If the Contractor fails to promptly perform the services again, or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (i) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (ii) terminate the contract for cause". The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-6, 52.204-2, 52.219-4, 52.219-8, 52.219-14, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-23, 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.205-7000, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023 and 252.247-7024. The following additional clauses apply: FAR 52.217-8, Option To Extend Services. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7004, Required Central Contractor Registration. The DPAS rating for this requirement is DO-S10. The following clauses are incorporated in Full Text: 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through five years. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $200,000; (2) Any order for a combination of items in excess of $200,000, or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. AFMC FAR 5352.245-9000 Base Support Alt I, Base Support is defined as office space, to include telephones, furniture, desktop computers, network connectivity, software peripherals and tools for on-site contractor personnel, as required for the direct performance of tasks under this contract. All other questions regarding this COMBINED SYNOPSIS/SOLICITATION must be directed IN WRITING to the buyer, Cindy Rutledge, no later than one week before the proposal due date. PROPOSALS ARE DUE AT 2:30 PM ON WEDNESDAY, 18 SEPTEMBER 2002. SUBMIT COMPLETE PACKAGE, BY MAIL TO: AFRL/IFKO, ATTN: Cindy Rutledge F30602-02-R-5002, 26 Electronic Parkway, Rome NY 13441-4514. It is the offeror's responsibility to monitor this site for the release of amendments (if any), and for downloading their own copy of this combined synopsis/solicitation and amendments (if any) from the FedBiz Opps, as well as the blank SF 1449, Statement of Work, Pricing Schedule, Past Performance Information Questionnaire, and FAR 52.212-3 Representations and Certifications and List of Registered Parties. Technical questions must be in writing and may be faxed to: Ms Cindy Rutledge at (315) 330-2555. Routine questions are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, (315) 330-7518. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. The Ombudsman for this acquisition is the Deputy Chief, Contracting Division at phone (315) 330-7748. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. The Government reserves the right to cancel this solicitation either before or after the closing date.
- Record
- SN00158526-W 20020907/020905213527 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |