Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

J -- Siemens Maintenance - Statement of Work

Notice Date
8/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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
F3Z0373157AQ01
 
Archive Date
9/14/2013
 
Point of Contact
Johnathan, Phone: 7074247728
 
E-Mail Address
johnathan.gales@us.af.mil
(johnathan.gales@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Letter Statement of Work 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 will not be issued. This is a sole source requirement. The solicitation number is F3Z0373157AQ01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective 01 Aug 2013; Defense DPN 20130808 effective 08 Aug 2013, and AFAC 2013-0327 effective 27 March 2013. The North American Industry Classification System (NAICS) code is 811212. The business size standard is $25,000,000. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 7622. Travis AFB has a requirement for an essential on-site maintenance/service agreement (24/7) for the Siemens Legacy system HiPath 4000 license, in accordance with the attached Statement of Work. The base contract is for a one year period of performance with four one year options. The requirements are as follows: CLIN 0001-- 264 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license Term: 01 October 2013 - 30 September 2014 CLIN 0002-- 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. Term: 01 October 2013 - 30 September 2014 CLIN 0003-- 18 Each, SIFA Radio Interface Term: 01 October 2013 - 30 September 2014 CLIN 0004-- 40 Each, PTT handset with 2 prong plug Term: 01 October 2013 - 30 September 2014 CLIN 0005-- 25 Each, PTT closure box Term: 01 October 2013 - 30 September 2014 CLIN 0006-- 2 Each, PE 420 - HP Trading Server Term: 01 October 2013 - 30 September 2014 CLIN 0007-- 2 Each, 17" LCD for HP Server Term: 01 October 2013 - 30 September 2014 CLIN 0008-- 2 Each, Copper to Fiber Modem Term: 01 October 2013 - 30 September 2014 CLIN 0009-- 1 Each, TCOM Fiber Ethernet Switch Term: 01 October 2013 - 30 September 2014 CLIN 0010-- 1 Each, DAKS C/P Server 46 ch, Rel 6 Term: 01 October 2013 - 30 September 2014 CLIN 0011-- 1 Each, 32 ch NICE logger, V.8.9 Term: 01 October 2013 - 30 September 2014 CLIN 0012-- 2 Each, APC Smart UPS RT 3000VA 208V Term: 01 October 2013 - 30 September 2014 CLIN 0013-- 3 Each, APC Smart UPS 1000VA Term: 01 October 2013 - 30 September 2014 CLIN 1001 (Option year) -- 264 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license Term: 01 October 2014 - 30 September 2015 CLIN 1002 (Option year) -- 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. Term: 01 October 2014 - 30 September 2015 CLIN 1003 (Option year) -- 18 Each, SIFA Radio Interface Term: 01 October 2014 - 30 September 2015 CLIN 0004 (Option year) -- 40 Each, PTT handset with 2 prong plug Term: 01 October 2014 - 30 September 2015 CLIN 1005 (Option year) -- 25 Each, PTT closure box Term: 01 October 2014 - 30 September 2015 CLIN 1006 (Option year) -- 2 Each, PE 420 - HP Trading Server Term: 01 October 2014 - 30 September 2015 CLIN 1007 (Option year) -- 2 Each, 17" LCD for HP Server Term: 01 October 2014 - 30 September 2015 CLIN 1008 (Option year) -- 2 Each, Copper to Fiber Modem Term: 01 October 2014 - 30 September 2015 CLIN 1009 (Option year) -- 1 Each, TCOM Fiber Ethernet Switch Term: 01 October 2014 - 30 September 2015 CLIN 1010 (Option year) -- 1 Each, DAKS C/P Server 46 ch, Rel 6 Term: 01 October 2014 - 30 September 2015 CLIN 1011 (Option year) -- 1 Each, 32 ch NICE logger, V.8.9 Term: 01 October 2014 - 30 September 2015 CLIN 1012 (Option year) -- 2 Each, APC Smart UPS RT 3000VA 208V Term: 01 October 2014 - 30 September 2015 CLIN 1013 (Option year) -- 3 Each, APC Smart UPS 1000VA Term: 01 October 2014 - 30 September 2015 CLIN 2001 (Option year) -- 264 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license Term: 01 October 2015 - 30 September 2016 CLIN 2002 (Option year) -- 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. Term: 01 October 2015 - 30 September 2016 CLIN 2003 (Option year) -- 18 Each, SIFA Radio Interface Term: 01 October 2015 - 30 September 2016 CLIN 2004 (Option year) -- 40 Each, PTT handset with 2 prong plug Term: 01 October 2015 - 30 September 2016 CLIN 2005 (Option year) -- 25 Each, PTT closure box Term: 01 October 2015 - 30 September 2016 CLIN 2006 (Option year) -- 2 Each, PE 420 - HP Trading Server Term: 01 October 2015 - 30 September 2016 CLIN 2007 (Option year) -- 2 Each, 17" LCD for HP Server Term: 01 October 2015 - 30 September 2016 CLIN 2008 (Option year) -- 2 Each, Copper to Fiber Modem Term: 01 October 2015 - 30 September 2016 CLIN 2009 (Option year) -- 1 Each, TCOM Fiber Ethernet Switch Term: 01 October 2015 - 30 September 2016 CLIN 2010 (Option year) -- 1 Each, DAKS C/P Server 46 ch, Rel 6 Term: 01 October 2015 - 30 September 2016 CLIN 2011 (Option year) -- 1 Each, 32 ch NICE logger, V.8.9 Term: 01 October 2015 - 30 September 2016 CLIN 2012 (Option year) -- 2 Each, APC Smart UPS RT 3000VA 208V Term: 01 October 2015 - 30 September 2016 CLIN 2013 (Option year) -- 3 Each, APC Smart UPS 1000VA Term: 01 October 2015 - 30 September 2016 CLIN 3001 (Option year) -- 264 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license Term: 01 October 2016 - 30 September 2017 CLIN 3002 (Option year) -- 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. Term: 01 October 2016 - 30 September 2017 CLIN 3003 (Option year) -- 18 Each, SIFA Radio Interface Term: 01 October 2016 - 30 September 2017 CLIN 3004 (Option year) -- 40 Each, PTT handset with 2 prong plug Term: 01 October 2016 - 30 September 2017 CLIN 3005 (Option year) -- 25 Each, PTT closure box Term: 01 October 2016 - 30 September 2017 CLIN 3006 (Option year) -- 2 Each, PE 420 - HP Trading Server Term: 01 October 2016 - 30 September 2017 CLIN 3007 (Option year) -- 2 Each, 17" LCD for HP Server Term: 01 October 2016 - 30 September 2017 CLIN 3008 (Option year) -- 2 Each, Copper to Fiber Modem Term: 01 October 2016 - 30 September 2017 CLIN 3009 (Option year) -- 1 Each, TCOM Fiber Ethernet Switch Term: 01 October 2016 - 30 September 2017 CLIN 3010 (Option year) -- 1 Each, DAKS C/P Server 46 ch, Rel 6 Term: 01 October 2016 - 30 September 2017 CLIN 3011 (Option year) -- 1 Each, 32 ch NICE logger, V.8.9 Term: 01 October 2016 - 30 September 2017 CLIN 3012 (Option year) -- 2 Each, APC Smart UPS RT 3000VA 208V Term: 01 October 2016 - 30 September 2017 CLIN 3013 (Option year) -- 3 Each, APC Smart UPS 1000VA Term: 01 October 2016 - 30 September 2017 CLIN 4001 (Option year) -- 264 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license Term: 01 October 2017 - 30 September 2018 CLIN 4002 (Option year) -- 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. Term: 01 October 2017 - 30 September 2018 CLIN 4003 (Option year) -- 18 Each, SIFA Radio Interface Term: 01 October 2017 - 30 September 2018 CLIN 4004 (Option year) -- 40 Each, PTT handset with 2 prong plug Term: 01 October 2017 - 30 September 2018 CLIN 4005 (Option year) -- 25 Each, PTT closure box Term: 01 October 2017 - 30 September 2018 CLIN 4006 (Option year) -- 2 Each, PE 420 - HP Trading Server Term: 01 October 2017 - 30 September 2018 CLIN 4007 (Option year) -- 2 Each, 17" LCD for HP Server Term: 01 October 2017 - 30 September 2018 CLIN 4008 (Option year) -- 2 Each, Copper to Fiber Modem Term: 01 October 2017 - 30 September 2018 CLIN 4009 (Option year) -- 1 Each, TCOM Fiber Ethernet Switch Term: 01 October 2017 - 30 September 2018 CLIN 4010 (Option year) -- 1 Each, DAKS C/P Server 46 ch, Rel 6 Term: 01 October 2017 - 30 September 2018 CLIN 4011 (Option year) -- 1 Each, 32 ch NICE logger, V.8.9 Term: 01 October 2017 - 30 September 2018 CLIN 4012 (Option year) -- 2 Each, APC Smart UPS RT 3000VA 208V Term: 01 October 2017 - 30 September 2018 CLIN 4013 (Option year) -- 3 Each, APC Smart UPS 1000VA Term: 01 October 2017 - 30 September 2018 Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractors FAR 52.203-12 Limitations on Payments FAR52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-5 Contract Terms and Conditions FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper FAR 52.222-3 Convict Labor FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards FAR 52.209-6 Protecting the Government Interest FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.204-7004 Alternate A - System for Award Management FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-18 Certification Regarding Knowledge of Child Labor FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-35 Equal Opportunity for Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-25 Prohibition in Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification FAR 52.232-99 Providing Accelerated Payments to Small Business Contractors FAR 52.233-2 Service of Protest FAR 52.242-13 Bankruptcy DFARS 252.209-7001 Disclosure of Ownership or Controlled by the Government DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.212-7000 Offeror Representations & Certifications - Commercial Items DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price - Lowest Price Technically Acceptable_______ ___________________________________________ ___________________________________________ [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical and past performance, when combined, are significantly less important than cost or price [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM 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 SAM.] (End of Clause) FAR 52.222-41 Service Contract Act of 1965 SCA Number: 2005-2069 Revision 13, 25 June 2013 Occupational code: 15095 - Telecommunications Mechanic I: $26.96 + fringe benefits + $3.71 Health and Welfare. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-10 - Telecommunications Mechanic I $28.71 + 36.25% Fringe Benefits (End of Clause) 52.232-18 -- Availability of Funds 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. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference 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:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) 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 (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) 252.204-7006 Billing Instructions BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) 5352.201-9101 Ombudsman OMBUDSMAN (NOV 2012) (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 interested 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, the interested party may contact the Center/MAJCOM/DRU 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 Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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 Officer. (End of clause) 52.222-48 -- Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. Exemption From Application Of The Service Contract to Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Certification (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) 52.222-51 -- Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements. Exemption From Application Of The Service Contract Act To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--Requirements (Nov 2007) (a) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the Contractor in substantial quantities to the general public in the course of normal business operations. (b) The services shall be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (1) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the Contractor, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (2) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or Contractor. (c) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract shall be the same as that used for these employees and for equivalent employees servicing the same equipment of commercial customers. (d) The Contractor is responsible for compliance with all the conditions of this exemption by its subcontractors. The Contractor shall determine the applicability of this exemption to any subcontract on or before subcontract award. In making a judgment that the exemption applies, the Contractor shall consider all factors and make an affirmative determination that all of the conditions in paragraphs (a) through (c) of this clause will be met. (e) If the Department of Labor determines that any conditions for exemption in paragraphs (a) through (c) of this clause have not been met, the exemption shall be deemed inapplicable, and the contract shall become subject to the Service Contract Act. In such case, the procedures at 29 CFR 4.123(e)(1)(iv) and 29 CFR 4.5(c) will be followed. (f) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts for exempt services under this contract. (End of clause) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management(SAM) at http://www.sam.gov, and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Please send any questions to johnathan.gales@us.af.mil or fax to 707-424-7728 NO LATER THAN 28 August 2013, 12:00 PM, PST and offers NO LATER THAN 30 August 2013, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is SSgt Gales, Contract Specialist, telephone 707-424-7728.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0373157AQ01/listing.html)
 
Place of Performance
Address: Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03154612-W 20130822/130820235011-feae8ecfc4c15e133cd6536e42715738 (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.