Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
MODIFICATION

67 -- Audio Visual Equipment

Notice Date
9/3/2013
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
RCC Phoenix,, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
10378340
 
Response Due
9/5/2013
 
Archive Date
11/2/2013
 
Point of Contact
Tarha, 3184497191
 
E-Mail Address
RCC Phoenix
(tarha.a.burchell@afghan.swa.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is as follows: 1. Incorporate clause 52.219-6 - Notice of Total Small Business Set-Aside. See section xiii of the combined synopsis/solicitation. 2. All other terms and conditions of the combined synopsis/solicitation remain unchanged. SEE BELOW. COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplemented with additional information included in this noticeSubsequently, FAR Parts 12 and 13 apply to this acquisition. FAR Part 15 may also apply. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is 10378340 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 01 August 2013. (iv) This acquisition is a total small business set-aside. The associated NAICS code is 334118 with a 1,000 employee size standard. All prospective contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible for award. (v) Contractors shall submit a lump sum quote on the attached RFQ sheet for the itemized listing. Contractor will furnish all labor, materials, parts, and equipment necessary to for the purchase and delivery of audio visual equipment to Bagram, Afghanistan. The identified brand names or EQUAL items will be considered. (See attached Statement of Work and Request for Quote). All responsible sources may submit a quote for all or none, which shall be considered. A firm-fixed price (FFP) contract is contemplated. (vi) 10378340, Purchase and delivery of audio visual equipment to Bagram, Afghanistan. (See attached Statement of Work). (vii) Delivery of all items and equipment must be completed no later than 30 days after award. Delivery and acceptance instructions are FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil). (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: (1) Technical capability of the item offered to meet the Government requirement on a pass or fail basis; and (2) Price - The Government will evaluate the total price of the offer for the award purposes. If the lowest priced evaluated responsible offer meets technical acceptability, the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The provision FAR 52.212-1, Instructions to Offerors-Commercial, and the clause at 52.212-4 Contract Terms and Condition-Commercial Items, apply to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items to include the following FAR clauses: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractor's Debarred, Suspended or Proposed for Debarment; 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations; 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; 52.222-21 - Prohibition on Segregated Facilities; 52.222-26 - Equal Employment Opportunity; 52.222-50 - Combat Trafficking in Persons; 52.225-13 - Restrictions on Certain Foreign Purchases; 52.225-26 - Contractors Performing Private Security Functions Outside the United States; 52.232-33 - Payment by Electronic Funds Transfer- System for Award Management; 52.233-3 - Protest After Award; 52.233-4 - Applicable Law for Breach of Contract Claim (xiii) The following additional provisions or clauses are applicable to this procurement. FAR 52.204-7, Central Contractor Registration FAR 52.211-6, Brand Name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference - To reference FAR clauses see http://farsite.hill.af.mil/ 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A - Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.232-7010, Levies on Contract Payments DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - FY Appropriation (DEV 2013-O0010) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FY APPROPRIATIONS (DEVIATION 2013-O0010 (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. DFAR 252.225-7031, Secondary Boycott of Israel DFAR 252.232-7008 Assignment of Claims (Overseas) DFAR 252.233-7001 Choice of Law (Overseas) DFAR 252.244-7000, Subcontracts for Commercial Items DFAR 252.229-7999, Taxes - Foreign Fixed Price Contracts in Afghanistan (Dev 2013-O0016) TAXES- FOREIGN CONTRACTS IN AFGHANISTAN(DEVIATION 2013-00016) (JULY 2013) (a) This acquisition is covered by the Agreement regarding the Status of United States Military and Civilian Personnel of the U.S. Department of Defense Present in Afghanistan with Cooperative Efforts in Response to Terrorism, Humanitarian and Civic Assistance, Military Training and Exercises, and other Activities, entered into between the United States and Afghanistan which was concluded by an exchange of diplomatic notes (U.S. Embassy Kabul note No. 202, dated September 26, 2002; Afghan Ministry of Foreign Affairs notes 791 and 93, dated December 12, 2002, and May 28, 2003, respectively), and entered into force on May 28, 2003. (b) The Agreement exempts the Government of the United States of America and its contractors, subcontractors and contractor personnel from paying any tax or similar charge assessed within Afghanistan. The Agreement also exempts the acquisition, importation, exportation and 1:1se of articles and services in the Republic of Afghanistan by or on behalf of the Government of the United States of America in implementing this agreement from any taxes, customs duties or similar charges in Afghanistan. (c) The Contractor shall exclude any Afghan taxes, customs duties or similar charges from its contract price. (d) The Agreement does not exempt Afghan employees of DoD contractors and subcontractors from Afghan tax laws. To the extent required by Afghanistan law, contractors and subcontractors are required to withhold tax from the wages of these employees and to remit those payments to the appropriate Afghanistan taxing authority. These withholdings are an individual's liability, not a tax against the Contractor or subcontractor. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. DFAR 252.247-7022, Representation of Extent of Transportation by Sea REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term quote mark supplies quote mark is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. AI 5152.216-5901, Ombudsman OMBUDSMAN (AUG 2011) (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 C-JTSCC ACQUISITION INSTRUCTION (AI) APPENDIX 2 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 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 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 OMBC-A-76 competition performance decisions). (c) If resolution cannot be made by the Contracting Officer, concerned parties may contact the C-JTSCC Ombudsman at: C3_Ombudsman-SCO-A@swa.army.mil. (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, contract, delivery order, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AI 5152.233-5900, Agency Protest Program AGENCY PROTEST PROGRAM (AUG 2011) (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC)/Senior Contracting Official (SCO) in accordance with FAR 33.103. A protest to C-JTSCC is a quote mark PROTEST TO THE AGENCY, quote mark within the meaning of FAR 33.103. The C-JTSCC Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within C-JTSCC, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (b) An interested party may file a written protest to the Contracting Officer under the C-JTSCC Agency Protest program for contract solicitations issued by C-JTSCC. Such Agency Protests are limited to objections to any of the following: (1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2) The cancellation of the solicitation or other request. (3) An award or proposed award of the contract. (4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract. (c) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (f) of this provision for resolution of protests. (d) For the purpose of filing a C-JTSCC Agency Protest, an interested party means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (e) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-mail address; the solicitation or contract number, identity of the contracting activity and the Contracting Officer's name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and must state it is an Agency Protest for decision by the Contracting Officer. (f) C-JTSCC Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: tarha.a.burchell@afghan.swa.army.mil (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 5 September 2013 no later than 3:00PM Eastern Standard Time. Requests should be marked with solicitation number 10378340. (xvi) Address questions to (primary) TSgt Tarha Burchell, Contract Officer, at email tarha.a.burchell@afghan.swa.army.mil or TSgt Amanda Tilton (alternate), Contracting Specialist, at email amanda.m.tilton@afghan.swa.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36647afcddd6e0b9da97bdff1cc29240)
 
Place of Performance
Address: RCC Phoenix GSCC APO AE
Zip Code: 09356
 
Record
SN03172730-W 20130905/130904000407-36647afcddd6e0b9da97bdff1cc29240 (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.