Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
MODIFICATION

J -- Audio/Visual and Video Telecomm Equipment Maintenance Agreement

Notice Date
5/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-12-T-3007
 
Archive Date
7/10/2012
 
Point of Contact
Daniel W. Spaulding, Phone: 240-612-6178
 
E-Mail Address
daniel.spaulding@afncr.af.mil
(daniel.spaulding@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Part 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA7014-12-T-3007 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, Defense Federal Acquisition Regulations Supplement (DFARS) DPN current to 20120420, and Air Force Federal Acquisition Regulations Supplement (AFFARS) AFAC 2012-0330. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 811213 with an associated small business size standard of $10 million. The proposed contract is 100 percent set-aside for small businesses. Offerors must be registered with Contractor Central Registration (CCR), www.ccr.gov. This acquisition will be awarded under a firm-fixed-price contract, with a cost reimbursable CLIN for corrective maintenance. Offers from other than small businesses will be deemed nonresponsive and will not be evaluated. If individual CLIN pricing is on an other than open market basis, offerors should include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-nothing requirement. Partial quotes will be deemed nonresponsive and will not be evaluated. Award will be made to the lowest responsive, responsible offeror. ***The Statement of Work (SOW) attachment lists the equipment to be maintained. CLIN 0001 - Preventative Maintenance: The contractor shall perform maintenance checks, four on-site visits per contract year, inspecting equipment ensuring optimized system performance. The contractor shall inspect and repair faulty wiring, replace lamps/filters as needed, clean equipment including cameras, lenses, projectors, and other critical surfaces. This CLIN is in accordance with paragraph 3.1.5 of the Statement of Work. (12 months) CLIN 0002 - Callback Services: The contractor shall provide unlimited toll-free telephone Helpdesk support, Monday through Friday excluding Federal holidays. Support shall include one-hour call back upon notification of a problem or system outage, trouble ticket logging and tracking, assist with diagnostics, and provide problem resolution. For issues that cannot be resolved over the telephone, the contractor shall provide and dispatch a technician to the customer location within the next business day. This CLIN is in accordance with paragraph 3.1.4 of the Statement of Work. (Not to exceed amount: $25K) CLIN 1001 - Preventative Maintenance: The contractor shall perform maintenance checks, four on-site visits per contract year, inspecting equipment ensuring optimized system performance. The contractor shall inspect and repair faulty wiring, replace lamps/filters as needed, clean equipment including cameras, lenses, projectors, and other critical surfaces. This CLIN is in accordance with paragraph 3.1.5 of the Statement of Work. (12 months) (Option Year 1) CLIN 1002 - Callback Services: The contractor shall provide unlimited toll-free telephone Helpdesk support, Monday through Friday excluding Federal holidays. Support shall include one-hour call back upon notification of a problem or system outage, trouble ticket logging and tracking, assist with diagnostics, and provide problem resolution. For issues that cannot be resolved over the telephone, the contractor shall provide and dispatch a technician to the customer location within the next business day. This CLIN is in accordance with paragraph 3.1.4 of the Statement of Work. (Not to exceed amount: $25K) (Option Year 1) CLIN 2001 - Preventative Maintenance: The contractor shall perform maintenance checks, four on-site visits per contract year, inspecting equipment ensuring optimized system performance. The contractor shall inspect and repair faulty wiring, replace lamps/filters as needed, clean equipment including cameras, lenses, projectors, and other critical surfaces. This CLIN is in accordance with paragraph 3.1.5 of the Statement of Work. (12 months) (Option Year 2) CLIN 2002 - Callback Services: The contractor shall provide unlimited toll-free telephone Helpdesk support, Monday through Friday excluding Federal holidays. Support shall include one-hour call back upon notification of a problem or system outage, trouble ticket logging and tracking, assist with diagnostics, and provide problem resolution. For issues that cannot be resolved over the telephone, the contractor shall provide and dispatch a technician to the customer location within the next business day. This CLIN is in accordance with paragraph 3.1.4 of the Statement of Work. (Not to exceed amount: $25K) (Option Year 2) CLIN 3001 - Preventative Maintenance: The contractor shall perform maintenance checks, four on-site visits per contract year, inspecting equipment ensuring optimized system performance. The contractor shall inspect and repair faulty wiring, replace lamps/filters as needed, clean equipment including cameras, lenses, projectors, and other critical surfaces. This CLIN is in accordance with paragraph 3.1.5 of the Statement of Work. (12 months) (Option Year 3) CLIN 3002 - Callback Services: The contractor shall provide unlimited toll-free telephone Helpdesk support, Monday through Friday excluding Federal holidays. Support shall include one-hour call back upon notification of a problem or system outage, trouble ticket logging and tracking, assist with diagnostics, and provide problem resolution. For issues that cannot be resolved over the telephone, the contractor shall provide and dispatch a technician to the customer location within the next business day. This CLIN is in accordance with paragraph 3.1.4 of the Statement of Work. (Not to exceed amount: $25K) (Option Year 3) Provisions and clauses applicable to this acquisition are as follows: FAR PROVISIONS: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications-Commercial Items ALT I. Evaluation Procedures, The Government will issue a purchase order to the offeror with the quote deemed lowest price technically acceptable in accordance with the required characteristic(s) of each line item in this solicitation. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for issuance of a purchase order. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. FAR CLAUSES: FAR 52.204-7 Central Contractor Registration, FAR 52.204-8 Annual Representations and Certifications, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Veterans, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification, FAR 52.232-1 - Payments, 52.232-8 -- Discounts for Prompt Payment, 52.232-11 - Extras, FAR 52.232-23 Assignment of Claims, FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.233-1 Disputes-Alternate I, FAR 52.233-3 Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.253-1 Computer Generated Forms, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alternate A-Central Contractor Registration, DFARS 252.204-7007 Alt. A Annual Representations and Certifications, DFARS 252.204-7008 Export-Controlled Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing of Contract Modifications, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, AFFARS 5352.201-9101--Ombudsman: (c) Col. Timothy Applegate, 1500 West Perimeter Rd., Suite 5750, Andrews AFB, MD, 20762, telephone #(240) 612-6111, AFFARS 5352.223-9001 Health and Safety on Government Installations. To be eligible for an award, all contractors must be registered and active in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-866-606-8220 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All written quotes must be received by 02:00 PM, Eastern Daylight Time (EDT) on 25 June 2012 via e-mail to daniel.spaulding@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this solicitation should be addressed to Daniel Spaulding, Contract Specialist, at daniel.spaulding@afncr.af.mil or 240-612-6178 or Stephanie Powell, Contracting Officer, at Stephanie.powell@afncr.af.mil or 240-612-6202.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-T-3007/listing.html)
 
Place of Performance
Address: 1 Office location in Fredericksburg, VA and 2 office locations in Ft. Belvoir, VA., Ft. Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02758337-W 20120526/120525000912-a0863cffae4e69ee488c6ed77b896b47 (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.