Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
MODIFICATION

99 -- Alarm System

Notice Date
5/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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-6006
 
Archive Date
6/18/2010
 
Point of Contact
Stephanie A. Tancik, Phone: 7195566411, Larry D. Sizer, Phone: 719-556-0232
 
E-Mail Address
stephanie.tancik@peterson.af.mil, larry.sizer@peterson.af.mil
(stephanie.tancik@peterson.af.mil, larry.sizer@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. The requirement will be acquired in accordance with FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-10-R-6006, is being issued as a Request for Proposal (RFP). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-40. (iv) This requirement will be competed as a small business set-aside under NAICS 561621; Size Standard $12.5 million. (v) The following service is requested in this solicitation: See Attachment 1 (vi) Item Description: Maintenance of Cheyenne Mountain Air Force Station Electronic Security Current Equipment List dated 10 March 2010 is attached and a supplemental list will be provided after award. (vii) Location of Performance: Cheyenne Mountain Air Force Station, CO 80914 (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of proposal submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with proposal. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999). 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 listed in order of importance shall be used to evaluate offers: Technical Capability, Past Performance, and Price. See attachment 3 for the Proposal Evaluation Approach. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Proposal submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Dec 2009) (Deviation), applies to this acquisition. (xiii) The following provisions and clauses apply to this solicitation: By Reference: FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.219-6 Notice of Total Small Business Set-aside (June 2003); FAR 52.237-1 Site Visit (Apr 1984); FAR 52-245-1 Government Property (June 2007); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008); DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008); DFARS 252.232-7007, Limitation of Government Obligation (May 2006);AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007); AFFARS 5352.242-9001 Common Access Cards for Contractor Personnel (Aug 2004) 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) 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 15 days. 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 1 year and 10 months. 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, HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719) 554-5250, Fax (719) 554-5299, email 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) The government is NOT offering contract financing for this requirement. A Site Visit is scheduled for Thursday, 20 May 8:00 am at Cheyenne Mountain Air Station. All individuals, (limit two individuals per company), planning to attend the site visit are required to pre-register by 12:00pm MST Monday, 17 May. Please contact Stephanie Tancik at (719) 556-6411 for information on how to register. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Proposal Submission: Proposal shall include unit price, extended price, DUNS, Cage Code, Tax ID, terms and conditions, and completed Past Performance Questionnaire. Proposals are required to be received no later than 4:00 pm Mountain Standard Time, Thursday, June 3, 2010. Proposals shall be delivered via fax to (719) 556-4538 or email to stephanie.tancik@peterson.af.mil or larry.sizer@peterson.af.mil. (xvi) Any questions should be directed to Stephanie Tancik at (719) 556-6411 or stephanie.tancik@peterson.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-R-6006/listing.html)
 
Place of Performance
Address: Cheyenne Mountain Air Force Station, United States
 
Record
SN02162057-W 20100529/100527235025-66fa13b75952142badc5467717ee56c0 (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.