Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

70 -- NETWORKED ALERTING SYSTEM

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHA75167A100
 
Response Due
8/31/2005
 
Archive Date
9/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 F2XHA75167A100 is being issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 date 27 July 2005 and the Defense Federal Acquisition Regulations (DFARS) change notice 20050726. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for HeadQuarters Air University/SCXR on Maxwell AFB, Alabama. This acquisition is being issued as a small business set-aside. The North American Industrial Classification System Code is 541519 with a small business size standard of $21,000,000.00. The following requirements are required to provide Maxwell AFB with a base-wide integrated networked alerting mass notification system for personnel alerting across Maxwell, AFB. This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a Firm-Fixed Price contract for a Base Period - (1 September 2005 - 31 August 2006) and one (1) one-year option. Base year Line Items are as follows: Line Item 0001: Provide installation of Networked Alerting System as defined in the attached Statement of Requirements; Line Item 0002: Annual software maintenance and premium 24x7 technical support to commence 60 days after contract award. (see attached statement of requirements); Line Item 0003: Installation and training; Line Item 0004: Travel and lodging reimbursement. Option year one line item is as follows: Line Item 1002: Provide annual software maintenance and premium 24x7 technical support as listed in Line Item 0002 during option year one (1 September 2006 - 31 August 2007) Annual software maintenance and premium 24x7 technical support. (see attached statement of requirements) Ship the entire quantity to MSD/ITX 170 W. Selfridge St., Bldg 941, Maxwell AFB, AL, 36112-6424. QUOTATION PREPARATION INSTRUCTIONS: 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 response shall consist of two sections: (1) price and (2) past performance. The offeror must submit at least two references that can provide relevant and recent (within the past three (3) years) past performance information to the Contracting Officer. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5 ?Test Program for Certain Commercial Items.? For quotations determined technically acceptable, a best value selection based on price and past performnace will be made. An offeror will be determined technically acceptable if a technical proposal is submitted (not to exceed 10 pages) clearly demonstrated that the software proposed for CLIN 0001 above meets interoperbility with the remaining components of the Installation Warning System on Maxwell, AFB. Award will be based on price and past performance. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance, and business relations (customer service). To be considered for award an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer. After evaluating price and past performance, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government?s best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2005), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Jun 2005) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and Add paragraph (v), FAR 52.204-7, Central Contractor Registration (Oct 2003). Add paragraph (x), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). For the purpose of this clause the blanks are completed as follows: (a) Within 15 days, 60 days (c) Not to exceed 24 months. Add paragraph (y), FAR 52.232-18 Availability of Funds (Apr 1984) (End of Clause); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2005), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7012 - Preference for Certain Domestic Commodities (Jun 2004); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jul 2005) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov 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. 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/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made (all or none) to one vendor. Responses/Offers are due 12:00 pm CST on 31 August 2005. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: TSgt William P. Griffiths, e-mailed to william.griffiths@maxwell.af.mil or Sandra Turner sandra.turner@maxwell.af.mil (subject: F2XHA75167A100), or mailed to 42 CONS/LGCB-2, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Statement of requirements will be posted separate. If you have any problems accessing the statement of requirements, please contact TSgt William P. Griffiths, 334-953-2443 or Sandra Turner, 334-953-5456.
 
Place of Performance
Address: Maxwell AFB, Alabama
Zip Code: 36112
Country: United States
 
Record
SN00874781-W 20050821/050819212113 (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 |
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.