SOLICITATION NOTICE
J -- Maintenance and Repair of Edicon Electronic Access Control System
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8751-08-R-0002
- Response Due
- 9/19/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-R-0002 is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 561621 and small business size standard $11,500,000. The contractor shall provide the following items on a firm fixed price basis: Maintenance and Repair of Electronic Access Control Systems for a for a base period of 12 months and three option periods of 12 months each for the Air Force Research Laboratory option, Rome Research Site in accordance with the attached Statement of Work dated 25 June 2007. The period of performance is expected to begin 1 October 2007 ? 30 September 2008 with three option years. The place of delivery, acceptance and FOB destination point is AFRL, Rome Research Site, Rome, NY. IAW 52.232-18 Availability of Funds (Apr 1984) 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 provision at 52.212-1, Instructions to Offerors ? Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3:00 PM, 12 September 2007. Submit to: AFRL/IFKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Janet.Sheehan@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/ Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: (i) price; (ii) past performance (see FAR 15.304 and 12.206); All evaluation factors other than price, when combined, are approximately equal to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2006), ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (k) of this provision and submit it with their offer/proposal. In addition, offerors shall complete and submit the representations and certifications at 52.212-7000, Offeror Representations and Certifications--Commercial Items.(JUN 2005). For your convenience, paragraph (k) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 23138 Electronics Technician, Maintenance III WG-10/2, $23.84 + $7.74 = $31.58. This statement is for information only; it is not a wage determination. 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: __X__ 52.203-3 Gratuities (APR 1984) __X_ 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) __X__ 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) ___X_ 252.225-7014 Preference for Domestic Specialty Metals (JUN 2005) DEVIATION ___X_ 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) __X__ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) __X 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate III) (MAY 2002) ___X__ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (see website ? https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Special Requirement: A minimum of SECRET clearance is required to perform this project. All responsible organizations may submit a proposal, which shall be considered. Point of Contact Janet Sheehan, Contract Specialist, Phone 315-330-2001, FAX, 315-330-7513, Email Janet.Sheehan@rl.af.mil.
- Record
- SN01395351-W 20070907/070905221023 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |