Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2013 FBO #4164
SOLICITATION NOTICE

58 -- Upgrade Information Transfer Node Switches - Attachments

Notice Date
4/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-R-0016
 
Archive Date
5/9/2013
 
Point of Contact
Jerry Kalka, Phone: 315-330-4055
 
E-Mail Address
jerry.kalka@rl.af.mil
(jerry.kalka@rl.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
Reps & Certs Specifications EDWOSB Certification Document 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. 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 FA8751-13-R-0016 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) 2005-66 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130412. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as an Economically Disadvantaged Women-Owned Small Business (EDWOSB) set-aside under NAICS code 334210 and small business size standard of 1000 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not manufacture, is 500 employees. To be eligible for award as an EDWOSB, your firm must be registered in the WOSB Program Repository. To register, complete certification according to instructions found within Attachment No 1 and submit to the WOSB Program Repository prior to submitting the offer. The contractor shall provide the items described in Attachment Number 2 on a firm fixed price basis, including the cost of shipping FOB Destination. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within 45 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Shaw Air Force Base, SC 29152. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 24 APR 13. Submit to: AFRL/RIKO, Attn: Jerry Kalka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Jerry.Kalka@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, 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 the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, (ii) verify authenticity of the products being offered and the sourcing method to be used, (iii) describe interoperability with an environment characterized by Cisco products and SmartNet maintenance, (iv) ensure configuration accuracy, and (v) ensure delivery without partial shipments. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM 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 factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. When combined, technical capability and past performance are approximately equal in importance to price. The Government intends to award a contract to the lowest priced, technically acceptable offeror with acceptable past performance. The lowest priced offer will be evaluated first for technical and past performance acceptability. Technical evaluation will be an assessment of product compliance to the core requirements identified above in requirement DESCRIPTION and (b)(4). In order to be considered technically acceptable, offeror's proposals must be rated Acceptable for 100 percent of the core requirements identified above in requirement DESCRIPTION and (b)(4). Any offeror's proposal assessed as Not Acceptable under the technical evaluation will be ineligible for award. Past performance evaluation will be an assessment of offeror's past performance information submitted for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. In order for an offeror's past performance to be considered acceptable, past performance must demonstrate the offeror's ability to perform the effort described in this RFP based on the offeror's demonstrated experience. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no acceptability can be reasonably determined shall have an "Unknown" past performance rating assigned, meaning the past performance record is treated neither favorably nor unfavorably. In evaluating past performance, the Government reserves the right to give greater consideration to offers whose past performance is rated Acceptable. If the lowest priced evaluated offer is judged to be technically acceptable and have acceptable past performance, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is judged to be neither technically acceptable nor have acceptable past performance, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be technically acceptable and have acceptable past performance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2012), ALT I (APR 2011), DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DoD Appropriations (DEVIATION 2013-O0006)(JAN 2013), and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2013) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015, Technical Data--Commercial Items (Dec 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following FAR and FAR Supplements provisions and clauses also apply: 52.209-7, Information Regarding Responsibility Matters (Feb 2012) 52.211-6, Brand Name or Equal (Aug 1999) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Identification and Valuation (Jun 2011) 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 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: 937-656-7321 COM: 937-904-4407. 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 DFARS 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-R-0016/listing.html)
 
Record
SN03039213-W 20130419/130417234916-8aab2e9057652a3e7402b5b3a4b9b94a (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.