Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

J -- CCTV Maintenance Service Contract - Performing Work Statement

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0115
 
Archive Date
9/22/2012
 
Point of Contact
christopher r. castro, Phone: 2406125661, Martin S. McIntosh, Phone: 3019816088
 
E-Mail Address
christopher.castro@afncr.af.mil, martin.mcintosh@afncr.af.mil
(christopher.castro@afncr.af.mil, martin.mcintosh@afncr.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Attached is the PWS for review by vendors. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is FA2860-12-T-0115. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, Defense Acquisition Circular (DAC) DPN20120724, and Air Force Acquisition Circular (AFAC) 2012-0330. This requirement is set aside 100% for woman-owned small business. The North American Industry Classification System code is 561621, with a business size standard of $12.5M. Contract award is contingent on funds availability. All offers should be valid until 1 Oct 2012. CONTRACT LINE ITEM NUMBERS (CLIN): Base year: 30 September 2012 to 29 September 2013 CLIN 0001: -Preventive Maintenance, perform two (2) preventive maintenance visits. Unit Price __________ Extended Price ____________ CLIN 0002: -Unscheduled Maintenance, perform unscheduled maintenance visits as required due to inoperable equipment. Unit Price ____________ Extended Price _____________ Total Amount __________________. Option period I: 30 September 2013 to 29 September 2014 CLIN 1001: -Preventive Maintenance, perform two (2) preventive maintenance visits. Unit Price __________ Extended Price____________ CLIN 1002: -Unscheduled Maintenance, perform unscheduled maintenance visits as required due to inoperable equipment. Unit Price____________ Extended Price______________ Total Amount __________________. Option period II: 30 September 2014 to 29 September 2015 CLIN 2001: -Preventive Maintenance, perform two (2) preventive maintenance visits. Unit Price___________ Extended Price_____________ CLIN 2002: -Unscheduled Maintenance, perform unscheduled maintenance visits as required due to inoperable equipment. Unit Price____________ Extended Price_____________ Total Amount__________________. Interested offerors shall review the attached Statement of Work for further details. The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to perform both the scheduled and unscheduled maintenance of all closed circuit television cameras, monitors, and DVRs at the specified child development center, buildings 4575, 4783, or 3725. Only written responses will be considered. Required delivery is located at Joint Base Andrews, MD. FOB is Destination and the resulting contract will be a firm fixed priced purchase order. Basis for award is Lowest Price Technically Acceptable (LPTA). Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and all any other terms and conditions stated herein. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items or be registered with ORCA at http://orca.bpn.gov/, DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items, and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following FAR clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference and remain in full force in any resultant purchase order: 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition; 52.212-4 Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (DEVIATION). The following FAR clauses also apply to this combined synopsis/solicitation: 52.203-3 Gratuities; 52.204-7 Central Contractor Registration; 52.204-9, Personal Indentity Verification of Contractor Personnel; 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-3, Hazardous Material Identification and Material Safety Data; 52. 223-5 Pollution Prevention and Right-to-Know; 52-223-6, Drug-Free Workplace; 52.225-1, Buy American Act--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.247-34, F.O.B. Destination; 52.253-1 Computer Generated Forms; 52.252-6, Authorized Deviations in Clauses. The following DFARS clause applies to this combined synopsis/solicitation: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVATION) and the following DFARS clauses under paragraph (b) and (c): 252.225-7001, Buy American Act and Balance of Payments Programs; 252.232-7003, Electronic Submission of Payment Request; 252.247-7023. The following DFARS clauses apply to this combined synopsis/solicitation: 252.232-7010 Levies on Contract Payments; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material Inspection and Receiving Report. In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than 07 Sep 2012, 12:00 P.M., EST and must be able to respond to the information contained herein. Offers may be mailed to 11th Contracting Squadron, 1500 West Perimeter Drive, Suite 2780, Joint Base Andrews, MD, 20762, ATTN: SSgt Christopher Castro, fax number (240) 612-2176, and/or email to christopher.castro@afncr.af.mil, with a courtesy copy to A1C Martin McIntosh at martin.mcintosh@afncr.af.mil. Quotations/proposals should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than 22 Aug 2012, 12:00 P.M., EST. Approved for posting by: Rhonda Coles _____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0115/listing.html)
 
Place of Performance
Address: 11TH FORCE SUPPORT SQUADRON, 4575 VIRGINIA AVE, ANDREWS AFB MD 20762, TEL: 301-981-9717, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02831449-W 20120810/120809000452-04ab47c52b958850eac2c6a242bfb729 (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.