Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
MODIFICATION

58 -- Audio Visual Upgrade - Revised SOW - Q&A

Notice Date
9/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design 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
F3ZT113232A001
 
Archive Date
10/3/2013
 
Point of Contact
Reid A. Blosser, Phone: 7074247724, Frederick Rieger, Phone: 707-424-7761
 
E-Mail Address
reid.blosser@us.af.mil, frederick.rieger@us.af.mil
(reid.blosser@us.af.mil, frederick.rieger@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers SOW dated 12 Sep 2013 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. The solicitation number is F3ZT113232A001; 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 Thursday, August 1, 2013; Defense DPN 20130808 effective 08 August 2013, and AFAC 2013-0827 effective 27 Aug 2013. This acquisition is being competed using total small business set-aside; The North American Industry Classification System (NAICS) code is 334310 The business size standard is 750 employees. The Federal Supply Class (FSC) is 5835. The Standard Industrial Classification (SIC) is 7373. CLIN 0001-Audio Visual Upgrade in accordance with the attached Statement of Work dated 3 September 2013 (All work is to be performed in Building 228, in the 349th Wing conference room) Award shall be made in the aggregate, all or none. A site visit for interested vendors will be conducted at Building 228, in the 349th Wing conference room on 11 September 2013 at 1:00PM. Addendum FAR 52.212-1 Instructions to Offerors If you plan on attending the site visit you will need to email me by close of business 4:30 PM PST on 10 September 13 letting me know you wish to attend. Attendance is highly encouraged in order to better understand the requirement. We will be meeting at the Travis AFB Visitors Center at 12:45PST. Transportation will be provided by 60 CONS to the site visit. You are required to submit all your questions in writing and all of the questions and answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. 52.237-1 -- Site Visit. Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) FAR 52.212-2 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 technical acceptability considered. Please include shipping costs for items to Travis AFB, CA 94535. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.212-1 Instructions to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions (Deviation) 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification 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 Central Contractor Registration (Alternate A) 252.212-7001 Contract Terms and Conditions DEVIATION 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 5352-201-9101 OMBUDSMAN 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALTERNATE. Offeror Representations and Certifications -- Commercial Items (Nov 2012) 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 ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (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 Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA 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.] 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) The contracting officer shall insert the following clause in all solicitations and resultant contracts. Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) 52.222-41 Service Contract Act of 1965 - SCA Number:2005-2069 Revision 13, 19 June 2013 Occupational code: 23181 Electronics Technician Maintenance I: $29.50 + fringe benefits + $3.81 H&W. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 - 8: Electronics Technician Maintenance I $25.76 + 36.25% Fringe Benefits 52.252-2 -- Clauses Incorporated by Reference. 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:/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 Defence 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) 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) ELECTRONIC SUBMISSION OF INVOICES Contractor must be registered with WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. 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, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. If contractor is not actively registered in SAM at time of posting close they may be thrown out of consideration. WAWF is not required prior to award, but it is the system through which the contractor will be paid monthly. It is highly advisable to begin both registrations as soon as possible. Please send any questions to reid.blosser@us.af.mil. NO LATER THAN 17 September 2013, 04:30 PM, PST and offers NO LATER THAN 18 September 2013, 04:30 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. If a fax was sent, please email reid.blosser@us.af.mil to confirm the quote was received. Point of contact is TSgt Reid Blosser, Contract Specialist, telephone 707-424-7724.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT113232A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03185031-W 20130914/130912235043-c4aa4fa1d6e1695c3b414a7b0c6a56cd (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.