Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2013 FBO #4318
MODIFICATION

D -- Video Teleconference - Provide and Install

Notice Date
9/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
136 AW/MSC, 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base, Fort Worth, TX 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
F6J3CF3217AC07
 
Response Due
9/20/2013
 
Archive Date
11/17/2013
 
Point of Contact
Fletcher L. Weems, 817-852-3253
 
E-Mail Address
136 AW/MSC
(fletcher.weems@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. ii.The solicitation number is F6J3CF3217AC07 and is issued as a Request for Quote (RFQ). Offerors shall consider any language contained herein, through inclusion by a clause or provision, or communication, to be that which is related to the type of solicitation indicated in this paragraph (e.g. quote versus offer, proposal, or bid). iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. iv.This notice is a total set-aside for small business concerns. The associated NAICS code is 517110 and small business size standard is 1500. v.The Government requests an open market quote (only) in accordance with the specifications described in the attached document, dated 5 September 2013, entitled Statement of Objectives. In order to ensure a clear understanding of the Government's requirement, offerors are encouraged to carefully read the statement of objectives and the solicitation. Offerors should pay particular attention to the Government's scope/objectives, tasks, warranty requirements, and performance period (delivery). An optional site visit will be held at 9:30AM on the 12th of September 2013 (local) at the Naval Air Station/Joint Reserve Base, Fort Worth located at 200 Hensley Ave, Bldg 1672, Fort Worth, TX 76127. The Government intends to provide offerors with a limited amount of time at the end of the site visit to test existing equipment. Information provided at this or any other site visit, as well as questions, shall not change/qualify the terms and conditions of the solicitation and specifications. All site visit attendees are required to submit company and employee names via email to the point of contact listed in section xvi for access to the installation no later than 1 day prior to site visit. vi.The clause at FAR 52.211-6, Brand Name or Equal, is not applicable to this solicitation. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. Any offeror proposing equal items shall provide sufficient product literature for Government evaluation. vii.The offeror shall coordinate the material ordering and delivery schedule so that all work is completed within sixty (60) calendar days after receipt of order/contract. The offeror shall indicate compliance with, or deviation from, the Government's desired period of performance. viii.The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition with addenda (additional submission requirements). Quotes shall be prepared using standard 8 x 11 bond paper or electronic equivalent (i.e., MS Word or.pdf). The quote shall adequately describe the offeror's technical solution and not merely reiterate or promise to accomplish the requirements set forth in the solicitation. Quotes must also include a list of proposed equipment items to be used in the technical solution with sufficient detail for the Government to determine quality and capability of each item. The Government is particularly interested in confirming that the offeror understands the scope of the project. A quote that is orderly and contains sufficient documentation will aid the Government during the evaluation process. The Government may consider any quote that lacks sufficient detail as unacceptable and ineligible for award. All requests for information must be received by the Government no later than 72 hours prior to the closing date for quotes. ix.The Government shall utilize the following evaluation procedures in lieu of the provision at FAR 52.212-2, Evaluation-Commercial Items and in accordance with FAR 13.106. The Government shall perform an evaluation and issue a contract to the offeror whose offer represents the overall best value to the Government. The Government shall consider the following selection criteria in its evaluation of technically acceptable offers: price, features/technical solution, and delivery (compliance with period of performance). The Government reserves the right to perform trade-offs amongst factors when determined to be in the best interests of the Government. x.Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, and FAR 52.219-1 with Alternate I, Small Business Program Representations, with its offer. These documents are available at http://farsite.hill.af.mil. Offerors may elect to complete the representations and certifications online at https://www.acquisition.gov and follow the instructions prescribed in FAR 52.212-3 with regards to completing only paragraph b. xi.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition without addenda. xii.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The following clauses and/or provisions apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim xiii.The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, System for Award Management; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-18, Place of Manufacture; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 (Alt A), Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; 252.247-7023 (Alt III), Transportation of Supplies by Sea; 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability xiv.The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv.All offers shall be submitted no later than 1:00 PM (CST) on the 20th of September 2013 by email to 136msg.contracting@ang.af.mil or by delivery to 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127-1672. The use of facsimile is not authorized. xvi.For further information regarding this solicitation, offerors can contact Technical Sergeant Fletcher L. Weems by phone at 817-852-3253 or by email at 136msg.contracting@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/F6J3CF3217AC07/listing.html)
 
Place of Performance
Address: 136 AW/MSC 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base Fort Worth TX
Zip Code: 76127-1672
 
Record
SN03193384-W 20130920/130918235541-b9524608fa2d8476945e93d685215018 (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.