Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

D -- Telecommunications Management Software (TMS) Maintenance

Notice Date
9/10/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3A3L37163AC02
 
Response Due
9/11/2007
 
Archive Date
9/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice 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; quotes are being requested and a written solicitation will not be issued. Notice to interested offerors, the Government intends to make award on a sole source basis to K&R Customer Software, Inc. Quotations are being requested not later than 1100 hrs (11 a.m.) EST, 11 Sep 07. This solicitation F3A3L37163AC02 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This solicitation is issued as a commercial acquisition and it is a 100% small business set-aside. The applicable North American Industry Classification System Code (NAICS) is 541511 and the size standard is $23 million. The resulting purchase order shall be firm fixed priced. The period of performance will consist of a base year from 1 Oct 2007 to 30 Sept 2008 and four one year options from 1 Oct 2007 to 30 Sept 2008, 1 Oct 2008 to 30 Sept 2009, 1 Oct 2009 to 30 Sept 2010, 1 Oct 2010 to 30 Sept 2011. The contractor shall provide all labor, supervision, equipment, transportation, installation and supplies necessary to provide annual renewal of TMS Software maintenance, updates, troubleshooting, etc. The contractor shall also provide V&H database subscription renewal annually. The Government intends to issue a firm fixed-price purchase order for the acquisition of the following items: 0001- Base Year: Software Maintenance 0002- Base Year: V&H Database Subscription 1001- Option Year 1: Software Maintenance 1002- Option Year 1: V&H Database Subscription 2001- Option Year 2: Software Maintenance 2002- Option Year 2: V&H Database Subscription 3001- Option Year 3: Software Maintenance 3002- Option Year 3: V&H Database Subscription 4001- Option Year 4: Software Maintenance 4002- Option Year 4: V&H Database Subscription Please include Payment Terms, Questions should be submitted in writing via below fax number or emailed to latoya.payne@mcguire.af.mil. FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors, Commercial Items (Sep 2006), and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Aug 2007). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); with FAR 52.204-7 Central Contractor Registration (Jul 2006), DFAR 252.204-7004 ALT A (Nov 2003), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation) (Aug 2007), FAR 52.222-41 Service Contract Act of 1965, As Amended (Jul 2005), FAR 52.233-1 Disputes (Jul 2002), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.243-7001 (Dec 1991). Clauses incorporated by full text, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2007) apply to this acquisition; under Para (b), the following clauses are incorporated: (5) FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) , (16) 52.222-3, Convict Labor (June 2003, (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Aug 2007), (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999, (19) 52.222-26, Equal Opportunity (Mar 2007, (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (29) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), (34) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003), under paragraph (b) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); the following clauses are incorporated: 52.203-3, Gratuities (APR 1984) under paragraph (b) --(17) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007). The following full text clause AFFAR 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. The ombudsman may not serve as an advocate for any party. (b) Before consulting with an ombudsman, concerned parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) All responsible sources may submit a quote, which, if timely received, must be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial Government Entity Code (CAGE Code). All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the government. Failure to obtain a DUNS number, register in ORCA, and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered at the time of award. One of the following paragraphs will apply: (a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Or (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA . Note: A search in ORCA will be accomplished to ensure compliance. Please submit the quotation: 1) Cover sheet with company name 2) Price Sheet to the 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 at or before 1100 (11A.M) EST, 11 Sep 06. Quotations may be faxed to 1Lt Latoya S. Payne at (609) 754-4642 or emailed to latoya.payne@mcguire.af.mil. If a copy of the provisions are needed, they can be found on http://farsite.hill.af.mil. If you have any questions please contact 1Lt Latoya S. Payne, Contracting Specialist, at (609) 754-4726, or email at latoya.payne@mcguire.af.mil
 
Place of Performance
Address: McGuire AFB NJ
Zip Code: 08641
Country: UNITED STATES
 
Record
SN01401026-W 20070912/070910221042 (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 |
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.