Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2008 FBO #2264
SOLICITATION NOTICE

J -- APDE CISCO SMARTNET MAINTENANCE SERVICE

Notice Date
11/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
FA7014-08-T-X001
 
Response Due
12/5/2007
 
Point of Contact
Marion Faulhaber, Contract Specialist, Phone 2027678027, Fax 2027677894, - Adam Lowery, Contracting Specialist, Phone 202-404-1235, Fax 202-767-7894
 
E-Mail Address
marion.faulhaber@bolling.af.mil, Adam.Lowery.ctr@Bolling.Af.Mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THIS IS AN UNFUNDED REQUIREMENT SUBJECT TO AVAILABILITY OF FUNDS IAW FAR 52.232-18, ENTITLED AVAILABILITY OF FUNDS. 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 WILL NOT BE ISSUED. This solicitation is issued as Request for Quote (RFQ) No.FA7014-08-T-X001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. This is a small business set-aside. The North American Industry Classification System (NAICS) Code is 541511 at $23.0M size standard. PERIOD OF PERFORMANCE: A Base Year anticipated start date of 10 December 2007 through 09 December 2008 and four (4) subsequent one-year option periods in accordance with the Statement of Work, Attachment 1 to this synopsis/solicitation. The contractor shall be responsible for any FAR, DFARS AFFARS PROVISIONS: The provisions at 52.212-1, Instructions to Offerors- Commercial Items; BY 4:00 pm, EST, December 5, 2007, Offerors shall submit (1) both pages of the completed RFQ Offer Schedule (Attachment 1), (2) a copy of CISCO Certification and s discount terms, (3) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ). (4) The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in the offer schedule to the solicitation, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, active CISCO certification, and other factors most advantageous to the government; FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (34), (c) 37, (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days, FAR 52.217-9, Option to Terms of Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 year, 6months, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 Ombudsman; 52.219-6, Notice of Total Small Business Set-aside; 52.242-15, Stop-Work Order; 52.247-34, F.O.B Destination; 252.204-7004, Required Central Contractor Registration-Commercial Items are hereby incorporated. An official authorized to bind your company shall sign the offer schedule. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD AND HAVE PROPER I.D AND/OR PROOF OF CITIZENSHIP. A contractor can contact the CCR by calling 1-888-227-2423 or via internet at http://www.ccr.gov/. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Marion Faulhaber, Contract Specialist, marion.faulhaber@bolling.af.mil, 202-767-8027 and Adam Lowery, Contracts Specialist, adam.lowery.ctr@bolling.af.mil, 202-404-1235. NOTE: All questions and Offers must be mailed to AFDW/A7KI, 110 Luke Ace, Suite 200, Bolling AFB, DC 20032 or faxed to 202-767-7814. NO E-mail questions/offers will be accepted. DESCRIPTION OF SERVICES: 844th Communications Squadron, Building 16, Bolling AFB, Washington DC requires scheduled preventative maintenance inspections (PMIs), calibration, on-call corrective maintenance, and as-needed parts and service, for the equipment listed in the Statement of Work, Attachment 2, for the period of time specified in the Offer Schedule, Attachment 1. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-08-T-X001/listing.html)
 
Place of Performance
Address: Building 16, Bolling AFB, DC 20032
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01500902-F 20080207/080205225556 (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.