Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

J -- Dictaphone Equipment and Accessories Maintenance - Performance Work Statement

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3C79082A001
 
Archive Date
8/20/2009
 
Point of Contact
Paul F Negrido, Phone: 334-953-5036, Jacqueline A. Tellis, Phone: 334-953-3526
 
E-Mail Address
paul.negrido.ctr@maxwell.af.mil, jacqueline.tellis@maxwell.af.mil
(paul.negrido.ctr@maxwell.af.mil, jacqueline.tellis@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement 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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation reference number is F2X3C79082A001 for Dictaphone Equipment and Accessories Maintenance is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 (14 May 2009), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20090115 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2009-0318. It is the offeror's responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% total set-aside for small business concerns. The North American Industrial Classification Code is 811213 with a small business size standard of $7.0M employees. This acquisition is for the purchase of the following items: CLIN 0001 - Dictaphone Equipment and Accessories Maintenance, with four 1-year options. Please see attached Performance Work Statement Equal items are acceptable as long as it meets the specifications, and the vendor shall provide full specification details for comparability. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount. Basis for award: The Government will make an award to the lowest price offer, from a contractor who takes no exceptions to the specifications. Interested vendors shall submit open market quotes for all or none of the CLINs listed. Partial quotes will not be accepted. Only one award will be made as a result of this combined synopsis/solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252.2, Clauses Incorporated by Reference, and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jun 2008) applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) is incorporated into this RFQ with an addendum to add the following clauses: FAR 52.204-7 Central Contractor Registration (Apr 2008). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option To Extend the Term of the Contract (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2007) applies to this acquisition. The clause 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) is applicable. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Sep 2007). The AFFARS clause 5352.201-9101, Ombudsman (Aug 2005), is applicable. The following local clauses applies to this acquisition: Maxwell 102, Option Clause Limitation Notice (Jan 2003); Maxwell 114, Required Posters (Feb 2003); Maxwell 119, WAWF-Electronic Submission of Invoice (Jan 2007), Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 0 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: @maxwell.af.mil Contract Specialist: @maxwell.af.mil Contracting Officer: @maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The Defense Priorities and Allocations System rating is S10. A due date for offers will be Noon, central time, 27 May 2009. Offers may be emailed to paul.negrido.ctr@maxwell.af.mil, or faxed to 334-953-3341, ATTN: Paul Negrido, or mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Reference the solicitation number. Please contact Paul Negrido for any questions or comments. Phone: 334-953-5036 / Email: paul.negrido.ctr@maxwell.af.mil. Alternate point of contact: Jacqueline Tellis, Email: jacqueline.tellis@maxwell.af.mil, Phone: 334-953-3518.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3C79082A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01823983-W 20090522/090521005127-501430812bbdc5152a7ed388eb965b79 (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.