Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

62 -- Audio, Projection and Lighting Service - Performance Work Statement

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-10-R-6013
 
Archive Date
5/8/2010
 
Point of Contact
Kristin, Phone: 7195564124, Juanita E. Remington, Phone: 7195564939
 
E-Mail Address
kristin.heikkila@us.af.mil, Juanita.Remington@Peterson.af.mil
(kristin.heikkila@us.af.mil, Juanita.Remington@Peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Guardian Challenge Seating Attachment 1 - NORTHCOM Change of Command Audio, Projection and Lighting PWS 07 Apr 10 v5 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. 2) This solicitation, FA2517-10-R-6013, is being issued as a Request for Proposals (RFP). Simplified Acquisition Procedures (SAP) are being used for the solicitation and award of this requirement shall be in accordance with the “Test Program for Certain Commercial Items” as described in FAR Subpart 13.5. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3) A description of requirements for the commercial item/service; Audio, Projection and Lighting Requirements in support of the NORAD/Northcom Change of Command and the Guardian Challenge Awards Banquet is requested in this solicitation: CLIN 0001; Non-personal service for a contractor to provide all materials, equipment, transportation and labor necessary to install, test, operate, disassemble and remove all lighting, rear screen projection video systems, audio systems, power backup, pipes and drapes; for rehearsals and official events to include; the NORAD/NORTHCOM Change of Command event, and the Guardian Challenge Events as stated in the Performance Work Statement. Location of the events shall be inside of Hangar 140, Peterson AFB, Colorado, 80914. The period of performance is 12 May 2010 through 22 May 2010. Quantity 1, Unit JB, Unit Price _____, Ext Amt Price _____, 4) Offerors shall submit with their proposal for evaluation; 1) The technical approach showing the offeror’s ability to accomplish the technical requirements in accordance with the performance work statement (PWS) dated 7 Apr 10. The technical approach shall include at a minimum; the minimum number of 70 lights and the type of lights (50 Par Cans, 16 Moving Sposts, at least 20 will be color) to be used, the layout of the lighting (layout shall show the location and type of lighting per location), the projection systems (12000 Lumen Projectors, minimum of 2 each), the type of backup generator (minimum 100 KVA silent (Whisper)) to be used, a contingency plan (minimum 12000 Lumen Projectors backup) in the case of catastrophic failure, and the size (minimum 15foot x 20foot, 2 each) of rear projection screens. 2) a minimum of three (3) professional references for work accomplished within the last five (5) years, and 3) Price. The technical approach shall receive a PASS/FAIL rating based on the proposal meeting/not meeting the minimum requirements of the PWS, which will include professional references. Elements to be evaluated under the technical approach include the number of lights, the type of lights, the layout of the lighting, the projection systems, the type of backup generator, a contingency plan, the size and number of rear projection screens, professional references and database available to the Government, i.e., Performance Assessment Reporting System (CPARS). 5) This document incorporates provisions and clauses through Federal Acquisition Circular (FAC 2005-39). 6) This acquisition is procured as total small business set-a-side. A single award shall be made as result of a Government evaluation of proposals submitted in response to the RFP. The NAICS code for this requirement is 532490 and the size standard is $7 million. 7) The provision at 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008). All firms must be registered in the Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, Terms and Conditions shall be submitted with quote. All offerors must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. The Taxpayer Identification Number (TIN) may be used by the Government to collect and report on any delinquent amounts arising out of the contractor’s relationship with the Government (31 U.S.C. 7701 (c)(3)). 8) The provision at FAR 52.212-2, Evaluation—Commercial Items (JAN 1999), as prescribed in 12.301 (c): Evaluation -- Commercial Items (JAN 1999) (a) 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: (i) technical approach offered to meet the Government requirement; (ii) price; Technical approach and price are approximately equal in importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government acknowledges there are no option periods associated with this requirement. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 9) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2009), is applicable to this acquisition. All offerors must be registered in the Online Representations and Certifications (ORCA) (https://orca.bpn.gov)) at the time of proposal submission. 10) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. <h4 style="margin: 0in 0in 0pt; text-indent: 0in; mso-list: l0 level1 lfo1; tab-stops:.25in;"> 11) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 12) The following FAR Clauses are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside, (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facility, (FEB 1999) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, (MAY 1989) FAR 52.225-13, Restriction on Certain Foreign Purchases, (JUN 2008) FAR 52.232-18, Availability of Funds, (APR 1984) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration, (OCT 2003) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, (APR 1984) FAR 52.245-1, Government Property, (JUN 2007) 13) The following DFARS clauses apply to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, (JAN 2009) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), (MAY 2009) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 14) The following AFFARS clause applies to this solicitation: AFFARS 5352.223-9001, Health and Safety on Government Installations, (JUN 1997) AFFARS 5352.242-9000, Contractor access to Air Force Installations, (AUG 2007) AFFARS 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel, (AUG 2004) 15) The Defense Priorities and Allocations System does not apply to this solicitation. 16) AFFARS 5352.201-9101, Ombudsman, (AUG 2005) (a) An ombudsman has been appointed to hear 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. (b) Before consulting with an ombudsman, interested 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, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, a7K.wf@afspc.af.mil. 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. (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) 17) Proposals are required no later than 3:00 p.m., MST, 23 April 2010, at fax (719) 556-7538 and juanita.remington@peterson.af.mil and kristin.heikkila@us.af.mil. 18) Contact either TSgt Remington at (719) 556-4939, or Kristin Heikkila at (719) 556-4124, for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-R-6013/listing.html)
 
Place of Performance
Address: Bldg 140 Hangar, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02116085-W 20100410/100408234705-79687125923a67faba8d17a5b8ac033d (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.