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
SOLICITATION NOTICE

R -- ESG-MDISA Support Specialists and Project Manager - Solicitation Documents

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8052-14-R-0001
 
Point of Contact
John P. Haring, Phone: 2103959399, Alice P. Sanders, Phone: 2103959393
 
E-Mail Address
john.haring@us.af.mil, alice.sanders.2@us.af.mil
(john.haring@us.af.mil, alice.sanders.2@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Performance Work Statement Pricing worksheet list of clauses and provisions This is a combined synopsis/solicitation for commercial product/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and following Simplified Acquisition Procedures (Test Program for Certain Commercial Items) in FAR Subpart 13.5. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Department of the Air Force, Air Force Material Command, Enterprised Sourcing Group (ESG), 773rd Enterprise Sourcing Squadron, Contracting Office (773 ESS/PK) is issuing a Request for Proposal (RFP) for a direct award 8(a) requirement to Axiom Corporation Inc., for the acquisition of medical devices information assurance and maintenances for Civil Engineering at Ft. Detrick, MD. Performance shall be in accordance with the attached Performance Work Statement (PWS). Only the listed concern may submit a proposal to be considered by the agency. Responses to this combined Synopsis/solicitation, will be evaluated using the evaluation factors stated in the provision 52.212-2 Evaluation-Commercial Items attached hereto. The government intends to award a single contract to the above 8 (a) concern, under a non-personal service, performance-based, Firm Fixed Price (FFP) type of contract. The expected award shall consist of one (1) base period of performance, plus two (2) option periods of performance (each option will be one year in duration running consecutively, if exercised, after the base period of performance), plus an optional six month extension of services with the total maximum length of the contract as three years. There is no guarantee any option period(s) will be exercised. The Offeror shall provide comprehensive technical support to Air Force Medical Operations Agency (AFMOA) Clincal Engineering (CE) Division as it relates to medical device network security, Information Assurance (IA), Information Technology (IT) management & refresh, and medical device deployment management. This will include four full time equivalent (FTE) contractor personnel and one FTE project manager to be placed at Ft. Detrick, MD. This is a recomplete of an existing requirement under Purchase Order FA7014-09-P-0181 awarded to Axiom Corporation, Atlanta GA, with performance ending on November 20, 2013. The NAICS code for this requirement is 541519, Other Computer Related Services. The corresponding Small Business Size Standard is $25.5 Million. The 8 (a) company submitting a proposal subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the proposal as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, http://www.sam.gov. The announcement/solicitation may be cancelled at any time. After solicitation and prior to award, the possibility does exist to reject all offerors when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. The deadline for questions to be submitted to get an answer and post it to FBO is October 4, 2013 at 4:30 PM CDT. Evaluation will be based on FAR 15.101-2 -- Lowest Price Technically Acceptable (LPTA) Source Selection Process. Award may be made with or without discussions with the offeror(s). Estimated award date is October 18, 2013 with performance to begin on November 21, 2013. The proposal due date is October 11, 2013 at 11:00 AM CDT. The complete proposal package shall include a Technical Volume (30 pages maximum), Cost/Price Volume (showing the individual rates and total prices for each year of performance), and any other provisions by full text filled in. Offers must include the following information in their proposal cover page: "Offeror's Point of contact for this requirement including name, title, address, phone number, and email address on the title page, Tax Identification Number (TIN), Dun & Bradstreet,/Data Universal Numbering System (DUNS), Government and Contractor Entity Code (CAGE) and North American Industrial Classification System (NAICS) Code. The validity period for the Offeror's proposal should be for at least 45 calendar days. Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. The 8(a) offeror must submit a written offer by the specified date and time via email or fax to: John P. Haring - john.haring@us.af.mil and Alice P. Sanders - alice.sanders.2@us.af.mil, Fax Number 210-395-9864. Also include in the proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD has mandated the use of WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay Information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. PLEASE NOTE THAT TELEPHONE REQUESTS WILL NOT BE HONORED. Only e-mailed, written or faxed requests received directly from the requestor are acceptable. Only the listed 8(a) source, Axiom Corporation, Inc. may submit an offer by the specified due date and time which will be considered. LATE SUBMISSIONS: Responses to this posting received by 773 ESS/PK after the submittal deadline and time indicated will not be considered. The Offeror assumes the risk of the method of dispatch chosen. Postmarking by the submittal date and time shall not substitute for actual response receipt. OWNERSHIP OF RESPONSE TO POSTING: All informational material submitted in response to this posting becomes the property of 773 ESS/PK. RELEASE OF CLAIMS, LIABILITY, AND PREPARATION EXPENSES: Under no circumstances shall 773 ESS/PK be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages, of whatever nature incurred as a result of the respondent's participation in this posting process. Respondent understands and agrees that it submits its proposal at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. ERRORS IN RESPONSE: 773 ESS/PK shall not be liable for any errors in offeror's response. Offeror is responsible for careful review of its entire response to ensure that all information is correct and complete. Offerors are liable for all error or omissions contained in their responses. ADDENDUM: 773 ESS/PK reserves the right to award a single contract and to issue an addendum to this posting at any time for any reason.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1d401f5db87cc406687a6dc46400bfa)
 
Place of Performance
Address: Ft. Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN03185557-W 20130914/130912235521-e1d401f5db87cc406687a6dc46400bfa (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.