Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

J -- CCTV Service/Maintenance - Statement of Work

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3SF1108A001CCTV
 
Archive Date
9/17/2011
 
Point of Contact
Christopher Rene Davalos, Phone: 3142262252, Wendell D. Gibson, Phone: 011-44-01638522174
 
E-Mail Address
christopher.davalos@lakenheath.af.mil, wendell.gibson@lakenheath.af.mil
(christopher.davalos@lakenheath.af.mil, wendell.gibson@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached is the Statement of Work for the Combo. Combined Synopsis/Solicitation RFQ - 48 FW /100 ARW CCTV Service Maintenance - Reference (F3B3SF1108A001CCTV) Requesting Agency: 48th/100th Security Forces Squadron - 48 SFS/100 SFS 48 SFS RAF Lakenheath, Brandon, Suffolk, United Kingdom 100 SFS RAF Mildenhall, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation is subject to FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. To be considered for award, you or your company must be CCR registered and subsequently enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. This solicitation is issued IAW FAR Parts 12 and 13.5 as a Request for Quotation (RFQ) utilizing Full and Open Competition and Best Value procedures to solicit and evaluate quotations. Evaluation will be based on Price and Acceptable Past Performance In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3SF1108A001CCTV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811211, Consumer Electronics Repair and Maintenance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011. Potential bidders are to provide a quote for the services outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation. -Performance Requirement - Potential Offerors are to provide quotes, for the following services, in accordance with the attached Statement of Work (SOW). -CLIN 0001-Base Year CCTV Maintenance(RAF Mildenhall) -Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2011 - 30 September 2012 Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0002- On call emergency services(RAF Mildenhall) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0003- Additional service calls(RAF Mildenhall) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0004-Spare Parts(RAF Mildenhall) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2011 - 30 September 2012 -CLIN 0005-Base Year CCTV Maintenance(RAF Lakenheath) -Bi-Annual inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2011 - 30 September 2012 Quantity: 2 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0006- On call emergency services(RAF Lakenheath) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0007- Additional service calls(RAF Lakenheath) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 0008-Spare Parts(RAF Lakenheath) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2011 - 30 September 2012 -CLIN 1001-Option Year 1 CCTV Maintenance(RAF Mildenhall) -Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, viedeo equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2012 - 30 September 2013 Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1002- On call emergency services(RAF Mildenhall) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1003- Additional service calls(RAF Mildenhall) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1004-Spare Parts(RAF Mildenhall) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2012 - 30 September 2013 -CLIN 1005-Base Year CCTV Maintenance(RAF Lakenheath) -Bi-Annual inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2012 - 30 September 2013 Quantity: 2 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1006- On call emergency services(RAF Lakenheath) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1007- Additional service calls(RAF Lakenheath) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 1008-Spare Parts(RAF Lakenheath) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2012 - 30 September 2013 -CLIN 2001-Option Year 2 CCTV Maintenance(RAF Mildenhall) -Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2013 - 30 September 2014 Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2002- On call emergency services(RAF Mildenhall) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2003- Additional service calls(RAF Mildenhall) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2004-Spare Parts(RAF Mildenhall) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2013 - 30 September 2014 -CLIN 2005-Base Year CCTV Maintenance(RAF Lakenheath) -Bi-Annual inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2013 - 30 September 2014 Quantity: 2 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2006- On call emergency services(RAF Lakenheath) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2007- Additional service calls(RAF Lakenheath) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 2008-Spare Parts(RAF Lakenheath) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2013 - 30 September 2014 -CLIN 3001-Option Year 3 CCTV Maintenance(RAF Mildenhall) -Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2014 - 30 September 2015 Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3002- On call emergency services(RAF Mildenhall) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3003- Additional service calls(RAF Mildenhall) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3004-Spare Parts(RAF Mildenhall) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2014 - 30 September 2015 -CLIN 3005-Base Year CCTV Maintenance(RAF Lakenheath) -Bi-Annual inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2014 - 30 September 2015 Quantity: 2 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3006- On call emergency services(RAF Lakenheath) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3007- Additional service calls(RAF Lakenheath) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 3008-Spare Parts(RAF Lakenheath) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2014 - 30 September 2015 -CLIN 4001-Option Year 4 CCTV Maintenance(RAF Mildenhall) -Quarterly inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2015 - 30 September 2016 Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4002- On call emergency services(RAF Mildenhall) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4003- Additional service calls(RAF Mildenhall) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4004-Spare Parts(RAF Mildenhall) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2015 - 30 September 2016 -CLIN 4005-Base Year CCTV Maintenance(RAF Lakenheath) -Bi-Annual inspection service to include visual checks, operational test of the CPU, switcher, peripheral equipment, interface panels, recording devices, monitors, video equipment, electrical and mechanical controls, and a check of the picture quality/alignment of each camera. Run system software and correct all diagnosed problems. Resolve any outstanding problems. Period of Performance: 01 October 2015 - 30 September 2016 Quantity: 2 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4006- On call emergency services(RAF Lakenheath) Quantity: 4 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4007- Additional service calls(RAF Lakenheath) Quantity: 24 Each Unit Price: $/£_______________ Total Price: $/£_______________ -CLIN 4008-Spare Parts(RAF Lakenheath) Unit: Lump Sum Unit Price: Cost NOTE: THIS LINE ITEM SHALL NOT BE PRICED BY OFFERORS WHEN PROPOSING TO THE SOLICITATION. Spare parts will be acquired by the contractor on a cost reimbursable basis IAW paragraph 12 of the SOW. Period of Performance - 01 October 2015 - 30 September 2016 SITE VISIT: A site visit will be conducted on 25 August 2011 at RAF Lakenheath/RAF Feltwell from 0900-1200 and RAF Mildenhall from 1300-1600. The site visit will give potential offers a chance to inspect the work site and obtain clarification on the requirement. Attendance is not required to submit a quote, but is highly encouraged. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All participants in the site visit will be required to have two forms of identification with at least one picture form of Identification to gain access to the base. If you will be attending the site visit contact SSgt Christopher Davalos at 011-44-01638-522252 or SSgt Wendell Gibson at 011-44-01638-522174 or via email at christopher.davalos@lakenheath.af.mil and wendell.gibson@lakenheath.af.mil to make arrangements for escort onto base. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52.204-4 Printed or Copied Doubled-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.223-10 Waste Reduction Program 52.232.17 Interest 52.232-18 Availability of Funds 52.233-1 Disputes 52.237-2 Protection of Govt Bldgs, Eq, and Vegetation 52.245-1 Alt I Government Property-Alternate I 52.245-9 Use and Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Department of Defense Federal Acquisition Regulations (DFAR): 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A (Required Central Contractor Registration) 252.209-7001 Disclosure of Ownership or Control by the Gov't of a terrorist country 252.209-7004 Subcontracting w/firms that are owned or controlled by the gov't of a terrorist country 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.225-9004 Submission of Offers in other than US 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following paragraph B - Quote Specifics. B. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes shall be quoted in U.S. Dollars ($)/ British Pounds Sterling (£), and must be valid for a period of no less than 90 days. 4. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 5. Quote shall include a unit price and total price. 6. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. 7. Past performance information, to include recent and relevant contracts for the same or similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information listed below). Provide a list of no less than two (2) of the most relevant contracts performed recently within the last three (3) years. A relevant contract is defined as a contract of similar magnitude and complexity for maintenance on CCTV cameras. Furnish the following information for each current/recent and relevant contracts listed: o Company/Division name o Period of Performance o Services Performed o Contracting Agency/Customer o Contract Number o Email Address o Contract Dollar($)/Pound Value(£) o Verified, up-to-date name, address, FAX & telephone number of the Contracting officer, if applicable. a. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent (within the past three years) past performance information on previous teaming arrangements with same partner. NOTE: The above information for each current/recent and relevant contract shall be provided prior to the closing date of the solicitation, and be emailed to both wendell.gibson@lakenheath.af.mil and christopher.davalos@lakenheath.af.mil on or before 26 August 2011. Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 2 September 2011. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2174, or sent via e-mail to SSgt Wendell Gibson, wendell.gibson@lakenheath.af.mil ; and SSgt Christopher Davalos, christopher.davalos@lakenheath.af.mil. C. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addenda to FAR 52.212-1 of 1.) Price and 2) Past Performance. The evaluation of these factors will utilize the Best Value award procedure. Quotes that do not meet the quote specifics, will be deemed unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors for price and past performance as required under the addendum to 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Past Performance : Past performance ratings will be evaluated using the list of current/recent and relevant contracts provided by vendors. The result of the assessment will determine if a vendor's past performance on recent and relevant contracts was acceptable or unacceptable. Failure by vendors to submit past performance information, or the inability to accurately reference points of contacts and respective contact numbers, may result not being selected for award. The evaluation of past performance information will result in an overall assessment of satisfactory or unsatisfactory as follows: Past Performance Evaluation Ratings Rating Description Acceptable Based on the vendor's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort Unacceptable Based on the vendor's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (a) Award Determination: As a result of the Government's aforementioned evaluation, only those vendors whose proposals have been assigned an acceptable past performance rating, will be considered for award. Of those quotes assigned an acceptable past performance rating, award will be made to the lowest reasonably priced vendor. **Quoted pricing, with comparison to the Government's estimated budget, that is determined either too high or too low, may result in such quotation not being considered for award.** (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offerer 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 theere are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End Provision) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 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)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). ___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (7) [Reserved] ___ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (9) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (11) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008)(15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (12) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)). ___ (14) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (16) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (19) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). ___ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (22) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). ___ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (31) 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d). ___ (32) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (33) 52.225-5, Trade Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (38) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (40) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (41) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (43) (i) 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). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 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.). ___ (6) 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.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) of this paragraph 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 (Sep 2006)(38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (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. 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) (End of Clause) Partial Payment The contractor is authorized partial payment for services/supplies received and accepted by the government. (End of Clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary Point of contact: Contract Specialist: Christopher Davalos TEL: 01638-52-2252 or Email: christopher.davalos@lakenheath.af.mil Secondary Point of contact: Contract Specialist: Wendell Gibson TEL: 01638-52-2174 or Email: wendell.gibson@lakenheath.af.mil Attachment: Attachment 1, Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3SF1108A001CCTV/listing.html)
 
Place of Performance
Address: RAF Lakenheath/RAF Feltwell and RAF Mildenhall, Mildenhall, Non-U.S., IP28 8NF, United Kingdom
 
Record
SN02543034-W 20110821/110820000600-f57d145403f0141a3bb32ea80cdc62fe (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.