Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

J -- Electronic Access Control Systems Maintenance, Repair & Installation - Additional Information

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-R-0018
 
Archive Date
10/1/2011
 
Point of Contact
Janet Sheehan, Phone: 315-330-2001, Jenna Loreto, Phone: 315-330-2260
 
E-Mail Address
janet.sheehan@rl.af.mil, Jenna.Loreto@rl.af.mil
(janet.sheehan@rl.af.mil, Jenna.Loreto@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RRS Map Questions & Answers ***Amendment No 2.- please find newly attached Questions & Answers from the Site visit and a Map of RRS. ***Purpose of this is to correct the fax number in the Point of Contacts*** Fax number is 315-330-2555 Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-R-0018 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110725. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. IAW 52.232-18 Availability of Funds (APR 1984) 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. This procurement is being issued as total small business set-aside under NAICS code 561621 and small business size standard of $12.5M average annual receipts. The contractor shall provide the following items on a firm fixed price basis: Maintenance/Repair and Installation of Electronic Access Control Systems for the Air Force Research Laboratory (AFRL), Rome Research Site, Rome, NY in accordance with the attached Performance Work Statement (PWS) dated 11 August 2011 (reference Attachment No. 3). Price Schedule: Please use the attached Price Schedule (Reference Attachment No. 4) to create your firm fixed price proposal. The period of performance is for 5 Years (1 Base Year and 4 Option Years) beginning 1 October 2011 and lasting through 30 September 2016 if all options are exercised. The place of delivery, acceptance and FOB destination point is AFRL, Rome Research Site, Rome, NY. The provision at 52.237-1 Site Visit (APR 1984) applies to this acquisition. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. An organized site visit has been scheduled for 10:00 AM on Tuesday, 30 August 2011. Failure to allow sufficient time for in-processing for access may result in inability to participate in the site visit. AIR FORCE RESEARCH LABORATORY, ROME RESEARCH SITE IS A RESTRICTED SITE. In order to obtain access to the site you must be a US citizen or a person with a "Green Card," no Foreign Nationals can attend. Provide your full name (including middle initial) and date of birth. Complete the attached Visit Authorization form (reference Attachment No. 1) and submit as instructed on the form. This form must be submitted no later than 1:00 PM Thursday 25 August 2011. A photo ID will be required on the day of the visit. A Local Files Check will be conducted on each person. No electronic devices, including cellular phones are authorized inside the buildings. Participants will meet in the Air Force Research Laboratory's Main Lobby Area of Building 3 located at 525 Brooks Road, Rome NY. They will then be escorted to the various areas for a site visit. Please note: some areas to be accessed during the site visit may be dirty. Field clothes are recommended. This site visit will enable offerors to view the different areas and ask questions. (All questions and answers will be posted to the Federal Business Opportunities website after the visit.) Offerors planning to attend must complete the attached Pre-proposal/Site Visit Form (reference Attachment No. 2) and send to Janet Sheehan via e-mail Janet.Sheehan@rl.af.mil and cc Jenna.Loreto@rl.af.mil no later than 1:00 pm on Thursday 25 Aug 2011. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3:00 PM EST, 16 Sep 2011. Submit to: AFRL/RIKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Janet.Sheehan@rl.af.mil with a copy to AFRL/RIKO, Attn: Jenna Loreto, 26 Electronic Parkway, Rome NY 13441-4514, or by email to Jenna.Loreto@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, as necessary. (b)(10) Submit past performance information to demonstrate successful performance of efforts completed within the last 3 years that are similar in scope and magnitude to the requirements in this solicitation. Include contract/project numbers, current points of contact with telephone number and email, and any other relevant information. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (1) Price (2) Technical Capability, and (3) Past Performance. All factors are of equal importance. NOTE: For price evaluation purposes, each offeror's Total Evaluated Price (TEP) will consist of the grand total of maintenance, replacement parts, and labor for the base and all option years. As such, 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 labor rates for additional access readers installed pursuant to PWS paragraph 1.4 will be made effective at contract award, but the actual number of hours to be used is not known. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2011) and ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation (Reference Attachment No. 5). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2011), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: _X_ 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) _X__ 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X__52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011) (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). _X__ 52.219-6, Notice of Total Small Business Aside (JUN 2003) (15 U.S.C. 644) _X__ 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). _X__ 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14) _X__ 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _X__ 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) _X__ 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X__ 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) _X__ 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) _X__ 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) _X__ 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) _X__ (30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). _X__ 52.222-54, Employment Eligibility Verification (JAN 2009) (E.O. 12989). _X___ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513) _X__ 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) _X__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) _X__ 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.) _X__ 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.) 23183, Electronics Technician Maintenance III WG 10/2 $24.85 + $3.59 = $28.44 _X__ 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: __X___ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) __X___ 252.203-7000 Requirements Relating to compensation of Former DOD Officials (JAN 2009) (Section 847 of Pub. L 110-181) __X___ 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a) __X___ 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) __X___ 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) __X___ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) __X___ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). __X___ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631 The following additional FAR and FAR Supplements provisions and clauses also apply: __X___ 52.204-02, Security Requirements (AUG 1996) __X___ 52.217-8, Option to Extend Services (NOV 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. __X__ 52.217-9, Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor 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 5 years. _ X___ 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984) _ X___ 52.237-3 Continuity of Services (JAN 1991) _ X___ 52.247-34, FOB Destination (NOV 1991) __X_ _ 252.204-7005, Oral Attestation of Security Responsibilities (NOV 2001) __X___ 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) __X___ 252.232-7010, Levies on Contract Payments (DEC 2006) _ X___ 252.246-7003 Notification of Potential Safety Issues (JAN 2007) __X__ 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. __X__ 5352.204-9000, Notification of Government Security Activity & Visitors Group Security Agreements (APR 2003) _ X 5352.215-9000, Facility Clearance (MAY 1996) is hereby incorporated into this solicitation. To qualify as a responsible contractor, the Offeror must possess or acquire a facility clearance at the SECRET level. The Offeror must identify in the offer those personnel cleared or clearable by name and Social Security Account Number that will be assigned to the program upon award so that the Government can validate and/or apply for clearance. __X___5352.223-9001, Health and Safety on Government Installations (JUN 1997) __X__ 5352.242-9000, Contractor Access To Air Force Installations (Access To Rome Research Site) (JAN 2008) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-R-0018/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02555154-W 20110901/110830235556-a7e359c4bf3e2ff279c23a93dc8cbdaa (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.