Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

J -- PDS Maintenance - Performance-Based Work Statement

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-Q-BB05
 
Archive Date
9/24/2009
 
Point of Contact
Brenda S Barnes, Phone: 757-764-4924
 
E-Mail Address
brenda.barnes@langley.af.mil
(brenda.barnes@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance-Based Work Statement 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-09-Q-BB05. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition will be Full and Open Competition. The associated NAICS code is 811213 with a size standard of $7 million. This RFQ contained 1 line item. The line item description is as follows: CLIN 0001-Protected Distribution System Maintenance for one (1) year, Period of Performance 25 Sep 2009-24 Sep 2010. See the attached Performance Work Statement for additional requirements. PROVISIONS/CLAUSES. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price factors considered. Quotes will be evaluated and awarded to the offeror with the best value. Offerors must complete annual representations and certifications electronically at the ORCA website to cover provisions at Clause FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The ORCA website is located at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, 52.219-6, Notice of Total Small Business Aside, 52.204-7, Central Contractor Registration, 219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restriction on Certain Foreign Purchases, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation, ORGANIZATIONAL CONFLICT OF INTEREST (OCI), FAR Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the Procuring Contracting Officer (PCO) in writing within 5 days of receipt of the RFP regarding any actual/potential OCI and provide applicable mitigation plans. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the FAR, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Marietta Fry, (address as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Marietta Fry, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Brenda Barnes at 1 CONS/LGCA, 74 Nealy Ave., Langley AFB, VA 23665. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 9 September 2009, 1200 PM EST to the 1st Contracting Squadron/LGCA, ATTN: Ms. Brenda Barnes, Contract Specialist, commercial phone (757) 764-4924, fax 757-764-7447, e-mail: brenda.barnes@langley.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Brenda Barnes, Contract Administrator, Phone 757-764-4924, Fax 757-764-7447, brenda.barnes@langley.af.mil. Email your questions to Brenda Barnes at brenda.barnes@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-BB05/listing.html)
 
Place of Performance
Address: Langley AFB, VA, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01931614-W 20090830/090829003131-a1182dd1bb234bc8d2c60b1190e4623f (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.