Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2013 FBO #4262
SOLICITATION NOTICE

N -- Trimble ICS5000 Control System Upgrade - Statement of Work

Notice Date
7/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
scott-f3z3343085a001-trimble
 
Archive Date
8/16/2013
 
Point of Contact
Paul L. Scott, Phone: 7078163899, Josiah Littrell, Phone: 8163987
 
E-Mail Address
paul.scott.7@us.af.mil, josiah.littrell@us.af.mil
(paul.scott.7@us.af.mil, josiah.littrell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a posting 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 will not be issued. The solicitation number is Scott- F3Z3443085A001-Trimble. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 effective 26 June 2013; Defense DPN 20130710 effective 10 July 2013, and AFAC 2013-0327 effective 27 March 2013. The North American Industry Classification System (NAICS) code is 541511 the business size standard is $25.5 Million. The Federal Supply Class (FSC) is N039. The Standard Industrial Classification (SIC) is 7371. This requirement shall be a Full and Open Competition. All resposible sources may submit a bid, proposal, or quotation which shall be considered by the agency. See attached Statement of Work (SOW). Requirement Description: Travis AFB intends to award a contract to upgrade two Trimble ICS5000 Control Systems. CLIN 0001 - Require upgrade for the discontinued and now obsolete Trimble ICS5000 Control System for two Elevating Transfer Vehicles. See attachment for specific information. Vendors shall review the attached Statement of Work (SOW) for a more detailed description of this requirement. Vendors shall be able to meet delivery date of no later than 90 days after award. This award shall be made in the aggregate, all or none. Please add shipping charges for CLIN 0001, if applicable. Delivery to Travis AFB, CA 94535 and assembly/installation is to be included in the quote. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is meeting CLIN 0001), and (ii) price. 52.212-1 Instructions to Offerors 52.212-2 Evaluation - Commercial items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Small Business Award Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-99 Accelerated Payments (Deviation) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Products 252.204-7004 Alternate A, Central Contractor Registration 255.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic submission of Payment Request 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea (Alt III) 52.212-5 Contract Terms and Conditions (Deviation) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.212-3 -- Offeror Representations and Certifications -- Commercial Items 52.212-3--Offeror Representations and Certifications -- Commercial Items (Jul 2013) (1) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively be registered Wide Area Work Flow (WAWF) [http://wawf.eb.mil] and System for Award Management (SAM) [https://www.sam.gov/] to be eligible for award. All questions regarding the solicitation must be submitted to to me via email by 3 p.m. PST, 30 July 2013. QUESTIONS WILL NOT BE ACCEPTED AFTER 3 p.m. PST, 30 July 2013. Please send all offers to paul.scott.7@us.af.mil NO LATER THAN 1 August 2013, 3 p.m., PST. Primary point of contact is SSgt Paul Scott Contract Specialist, telephone 707-816-3899. Alternate POC is Josiah Littrell, Contracting Officer, telephone 707-816-3897.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/scott-f3z3343085a001-trimble/listing.html)
 
Place of Performance
Address: Travis AFB, Ca, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03125679-W 20130726/130724235236-92c7b58174b84a9359ed48313c9e2fc9 (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.