SOLICITATION NOTICE
D -- Emergency 911 Warranty Services for PlantCML Hardware and Software
- Notice Date
- 2/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3B29033AC01
- Archive Date
- 3/14/2009
- Point of Contact
- Stanley N Farr,, Phone: 843-963-5164, Jacqueline Brown,, Phone: (843) 963-5857
- E-Mail Address
-
stanley.farr@charleston.af.mil, jacqueline.brown@charleston.af.mil
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3B29033AC01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (iv) The associated NAICS code is 517911 with a 1500 employee size standard. (v) Contractors shall submit a lump sum quote for CLIN 0001AA, Part Number 809800-01517 and CLIN 0002AA, Part Number 809800-00221 for Base Emergency 911 System Annual Warrant Service (Performance Period: 01 March 2009 - 28 February 2010). All responsible sources may submit a quotation, which shall be considered. (vi) F1M3B29033AC01, Warrant Service on Charleston Air Force Base, South Carolina. (vii) Warranty service must begin within 10 calendar days of award. Period of Performance is for a period of 12 months from date of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price and past performance with each factor weighted equally. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; • (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 94-2473 (Rev.26) (Note: for services >$2,500; verify correct / current version of Wage Determination by checking DoL web page.) Wage determinations for repairs must be for location of where repair is being performed. If place is unknown at time solicitation is issued, use FAR Clause 52.222-49 that provides instructions to offers regarding subsequent identification of place of performance and advising them wage determination will be placed into the contract. • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Note: for use when SCA applies. Insert Federal Wage description and wage rate) • 52.222-50, Combating Trafficking in Persons. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 24 Feb 2009 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3B29033AC01 (xvi) Address questions to Stanley Farr, Contract Specialist, at (843) 963-5164, fax (843) 963-5183, email stanley.farr@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd212e8944839a2ece6edecbde87dd2c&tab=core&_cview=1)
- Place of Performance
- Address: Charleston AFB, Charleston AFB, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN01751479-W 20090219/090217215655-dd212e8944839a2ece6edecbde87dd2c (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 |