MODIFICATION
D -- Joint Base Charleston-Weapons Station Switch Maintenance - Amendment 1
- Notice Date
- 12/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3B40305AC01
- Archive Date
- 1/13/2011
- Point of Contact
- Brett M Rodgers, Phone: 8439633304
- E-Mail Address
-
brett.rodgers.1@us.af.mil
(brett.rodgers.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 Attachment 3 Attachment 3 Attachment 3 Attachment 3 Part of Attachment 3 Updated PWS for Switch Maintenance on JB CHS- Weapons Station 17 Dec 2010 COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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. FAR subpart 13.5, Test Program for Certain Commercial Items is applicable. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3B40305AC01 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 2005-47, Effective 13 Dec 2010. (iv) This acquisition is unrestricted. The associated NAICS code is 811213 with a $10M size standard. (v) Contractors shall submit a lump sum quote CLIN 0001, 6 MO, for corrective and preventative maintenance for Avaya telephone switching platforms and adjunct equipment for Joint Base Charleston-Weapons Station during peacetime, exercise, natural disaster, and conflict. All responsible sources may submit a quotation, which shall be considered. The contractor must be licensed by the manufacturer to maintain the switch platform and adjunct equipment. (vi) Switch Maintenance on Joint Base Charleston-Weapons Station. (vii) Delivery & acceptance instructions, FOB destination. (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 in the following relative order of importance: 1. Past Performance. Contractor to submit 3-5 relevant and recent references. 2. Price. The Government will evaluate the total price of the offer for award purposes. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (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 52.219-14, Limitations on Subcontracting • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • 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 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.225-7014 and 252.225-7015 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 Dec 2010 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3B40305AC01. Please send responses to both email adresses below. (xvi) Address questions to Brett Rodgers, Contract Specialist, at (843) 963-3304, fax (843) 963-5183, email Brett.Rodgers.1@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3B40305AC01/listing.html)
- Place of Performance
- Address: Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02346840-W 20101219/101217234321-a84673e4d9e560f0ae1ed30a1dca7656 (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 |