Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2014 FBO #4446
SOLICITATION NOTICE

D -- AFICA Base Telecommunications System (BTS) Operations and Maintenance (O&M) - Attachment 1 PWS

Notice Date
1/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
FA4887-14-T-0002
 
Archive Date
3/11/2014
 
Point of Contact
Stanley Janders, Phone: 623-856-7168
 
E-Mail Address
stanley.janders@us.af.mil
(stanley.janders@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 4 D-B Wage Rates Attachement 3 SCA Wage Rates Attachment 2 Pricing Tables Attachment 1 Performance Work Statement BTS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The reference number applicable to this announcement is FA4887-14-T-0002. This solicitation is being issued as a request for quotation (RFQ), FAR13.5 - Test Program for Certain Commercial Items. This synopsis/combined solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-72, dated 31 Dec 13. This requirement is set-aside 100% exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB); NAICS Code: 517110 - Wired Telecommunications Service Providers; Size Standard: 1,500 employees; PSC: D316. All qualified SDVOSB under this industry are encouraged to submit quotes. Bidding Schedule: Refer to the Schedule of Supplies and Services, and Pricing Table Attachments accompanying this announcement. Project Scope: The Department of the Air Force, 56th Fighter Wing, 56th Communications Squadron has a requirement for Base Telecommunications System (BTS) Operations and Maintenance (O&M) Services as detailed in the developed Performance Work Statement (PWS) Attachment accompanying this announcement. Work includes, but not limited to furnishing all personnel, equipment, tools, materials, vehicles, and supervision necessary to support the 56th Communication Squadron's mission by providing highly reliable wired telecommunications and networked voice, video, and data services. The BTS consists of the base telephone system switch, outside plant(OSP), inside plant (ISP) systems, network, transmissions systems, and other associated equipment detailed in the PWS. This effort is a short-term solution to ensure continuity of services pending the follow-on re-acquisition via the pending Information Technology Commodity Council (ITCC) NETCENTS-2 Network Operations (NetOps) and Infrastructure Small business Companion Awards. Required Delivery: The period of performance (PoP) for the base contract line item number(s) CLINS's) will cover a six-month period (1 Apr 14 through 30 Sep 14), with a six-month option period (1 Oct 14 through 31 Mar 15), if necessary. The selected contract type will be a firm fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a guaranteed minimum of six (6) months basic monthly maintenance, and a maximum ceiling not-to-exceed (NTE) $1M for the life of the contract. Basis of Award: Low Price Technically Acceptable (LTPA), refer to FAR Provision 52.212-2 - Evaluation - Commercial Items. FOB: Destination Luke AFB and Gila Bend AFAF, Arizona. The following clauses and provisions apply to this acquisition: FAR 52.203-11 - Gratuities; 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government-Alternate I; FAR 52.203-11 - Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions; FAR 52.203-16 - Preventing Personal Conflicts of Interest; FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 - Printed or Copied Double Sided on Post Consumer Fiber Content Paper; FAR 52.209-6 - Protecting the Government's Interest When Subcontractor with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-7 - Information Regarding Responsibility Matters; FAR 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters; FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1 - Instructions to Offerors; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.216-18 - Ordering: Fill-ins - (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 Apr 14 through 30 Sep 14; FAR 52.216-18 - Order Limitations: Fill-ins - (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one each of any one Contract Line Item Number (CLIN)/Subcontract Line Item Number (SLIN), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of estimated grand total (All CLINs); (2) Any order for a combination of items in excess of same as (b)(a) above; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above; FAR 52.216-22 - Indefinite Quantity: Fill-ins -(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 Sep 14; FAR 52.217-5 - Evaluation of Options; FAR 52.217-8 - Option to Extend Services: Fill-ins - The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.; FAR 52.217-9 - Option to Extend the Terms of the Contract: Fill-ins -(a) The Government may extend the term of this contract by written notice to the Contractor no later than 15 days following expiration of the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five 12 months. FAR 52.219-8 - Utilization of Small Business Concerns; FAR 52.219-14 - Limitations on Subcontracting; FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3 - Convict Labor; FAR 52.222-17 - Nondisplacement of Qualified Workers; FAR 52.222-21 - Prohibition of Segregated Facilities; FAR 52.222-22 - Previous Contracts and Compliance Reports; FAR 52.222-26 - Equal Opportunity; FAR 52.222-30 - Davis Bacon Act-Price Adjustment (None or Separately Specified Method; FAR 52.222-35 - Equal Opportunity for Veterans; FAR 52.222-36 - Affirmative Action for Workers with Disabilities; FAR 52.222-37 - Employment Reports on Veterans; FAR 52.222-41 - Service Contract Act of 1965; FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires: Fill-ins - Employee Class/Monetary Wage-Fringe Benefits: BTS Manager/ $48.38, Telecommunications I/$27.60, Telecommunications II/ $36.35, Cable Splicer/$26.84, Laborer/$13.59; FAR 52.222-43 -Fair labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option); FAR 52.222-43 56CONS Add 1- 56 CONS Addendum No. 1 -Fair labor Standards Act and Service Contract Act-Price Adjustment (Multi Year and Option Contracts): Fill-ins - NOTE TO CONTRACTOR: Price adjustment is applicable to monthly maintenance CLINs only; FAR 52.222-46 - Evaluation of Compensation for Professional Employees; FAR 52.222-50 - Combating Trafficking in Persons; FAR 52.222-54 - Employment Eligibility Verification; FAR 52.223-18 - Encouraging Contractor Policies to ban Text Messaging While Driving; FAR 52.228-5 - Insurance-Work on a Government Installation; FAR 52.232-18 - Availability of Funds; FAR 52.232-33 - Payment by Electronic Funds Transfer-System of Award Management; FAR 52.232-39 - Unenforceability of Unauthorized Obligations; FAR 52.233-2 - Service of Protest; FAR 52.233-4 - Applicable Law for Breach of Contract Claim; FAR 52.233-3 - Protests After Award; FAR 52.239-1 - Privacy or Security Safeguards; FAR 52.242-13 - Bankruptcy; FAR 52.242-15 - Stop-Work Order; FAR 52.244-2 - Subcontracts; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-1 - Solicitation Provisions Incorporate by Reference: Fill-ins - http://farsite.hill.af.mil/; FAR 52.252-2 - Clauses Incorporated by Reference: Fill-ins - http://farsite.hill.af.mil/; FAR 52.242-5 - Authorized Deviations in Provisions: Fill-ins -The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation; FAR 52.252-6- Authorized Deviations in Clauses: Fill-ins- The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation; 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 252.204-7003 - Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A - System for Award management Alternate A (NOTE: Offeror may not be eligible to receive an award if not registered in the System for Award Management); DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7012 - Preference for Certain Domestic Commodities; DFARS 252.225-7021 - Trade Agreements; DFARS 252.225-7031 - Secondary Arab Boycott of Israel; DFARS 252.225-7048 - Export-Controlled Items; DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 - Levies on Contract Payments; DFARS 252.236-7005 - Airfield Safety Precautions; DFARS 252.243-7001 - Pricing of Contract Modifications; DFARS 252.243-7002 - Requests for Equitable Adjustment; DFARS 252.247-7023 - Transportation of Supplies by Sea; AFFARS 5352.201-9101 - Ombudsman; AFFARS 5352.242-9001 - Common Access Cards (CACs) For Contractor Personnel; Local Clause G-001 - Invoice Instructions (Note: will be included in resulting contract; Special Contract Requirements (Note: Available on requests and will be included in resulting contract): H-001- Luke Arizona State Tax; H-006 - Records Management; H-006 - Required Insurance; H-007 Base Fire Prevention Program; H-008 - AF Environmental, Safety & Occupational health management Systems (ESOHMS); I-001 - Commercial Items-Contract Terms and Conditions: Fill-ins- Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items--The following paragraph(s) of this clause are tailored as follows (FAR 12.302(a)):(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. The Government may also unilaterally deobligate funds following a 30 day advance notification to the contractor. Representations and Certifications: FAR 52.209-5 Certification Regarding Responsibility Matters: Fill-ins - (i) The Offeror and/or any of its Principals-(A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and (D) Have( ), have not ( ), within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied; FAR 52.212-3 Alt I - Offeror Representations and Certifications-Commercial Items Alternate I (Note: If offer has completed in the System of Award Management, No further action is required, otherwise, complete and return with submission of offer(); FAR 52.222-18 - Certification Regarding Knowledge of Child labor for Listed End Products: Fill-ins- Listed End Product: None; Listed Countries of Origin: None (c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision. ( ) (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product. ( ) (2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor; FAR 52.222-22 - Previous Contracts and Compliance Reports: Fill-ins: The offeror represents that --(a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; FAR 52.222-25 - Affirmative Action Compliance: Fill-ins - The offeror represents that--(a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor; DFARS 252.209-7994 (Dev) - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal law-Fiscal Year 2014 Appropriations (Deviation): Fill-in - (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; DFARS 242.209-7996 (Dev) - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations: Fill-in- (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; DFARS 252.247-7022 - Representation of Extent of Transportation of Supplies By Sea: Fill-ins - (b) Representation. The Offeror represents that it: [ ] (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. [ ] (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation; DFARS 252.209-7998 (Dev) - Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (Deviation): Fill-ins - (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.; DFARS 252.209-7999 (Dev) - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law (Deviation): Fill-ins - (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; Proposal Evaluation: Refer to FAR 52.212-1 - Instructions to Offerors - Commercial Items: Each offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instruction to Offerors-Commercial Items Addendum 1. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government developed Performance Work Statement to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements enumerated in Paragraph 2.0 - Service Summary of the PWS. Offeror(s) shall explain how their approach and choice of personnel will accomplish the tasks outlined in the Service Summary. Addendum 1 to FAR 52.212-1 Instruction to Offerors-Commercial Items: Submission of Offers. (a) General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Stanley D. Janders, stanley.janders@us.af.mil. (ii) Do not send executable or.exe files. 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. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® Microsoft ® Excess 2007 ®. PDF is Adobe ® Portable Document Format. (iv) Solicitation Questions. Any questions relating to the solicitation shall be submitted via email to point of contact noted in paragraph Ii) above by 4:30 P.M. 14 Feb 14. Any question received after this time/date may or may not be answered due to time constraints. (v) Submit offer as follows: (b) DOCUMENT CONTENT FILE FORMAT: The minimum font size for the proposal pages are 12 pitch. Required documents should be submitted via electronic email with a request receipt, and should clearly marked as to volume number, title, solicitation identification number, and the Offeror's name and address. Example: Volume I, Technical Capability Proposal PDF or.doc. Volume II, Pricing PDF or.doc and.xls NOTE: Two separate documents are required. (c ) Volume I: Technical Capability (Do not exceed 20 pages, inclusive of the cover page, cover letter, and table of contents) All technical information shall be addressed ONLY in Volume I. Factor 1. Technical Capability. Technical Capability will be given a rating of Acceptable or Unacceptable. Offeror(s) shall specifically explain how their approach will meet the key requirements enumerated in Paragraph 2.0 - Service Summary of the PWS. Offeror(s) shall explain how their approach and choice of personnel will accomplish the tasks outlined in the Service Summary. Acceptable means: All of the minimum acceptable criteria are clearly met by the proposal. The Offeror's proposal meets the performance and technical capability required defined in the PWS. Unacceptable means: Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet the specified minimum performance and technical capability requirements defined in the PWS. (d) Volume II: Pricing. Use Government provided Excel Bidding Schedule. The price evaluation will document the reasonable and affordability of the proposed total price based upon a comparison of the Offeror's price to the Independent Government Estimate. When two or more technically acceptable offers are received (competition) and the lowest price is selected; the price of the lowest Offeror can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the Offeror understands what is being sought and no mistakes have been made in preparing the price. FAR Provision 52.212-2, Evaluation - Commercial Items: (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, and attached PWS utilizing the Lowest Price Technically Acceptable (LPTA) source selection technique. Evaluation may be made with or without discussions with Offeror(s). The Government will evaluate the technical proposals on an acceptable/unacceptable basis. Only those offers determined to be technical acceptable, either initially or following discussions will be considered for an award. The offers shall be evaluated against the following two (2) factors: Factor 1. Technical Capability Factor 2. Price Technical Capability and Price are considered equal. Offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers. (b) 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 options. ADDITIONAL INFORMATION AND GOVERNMENT RIGHTS: (i) Communications: Communications conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revisions. Offerors are cautioned to submit sufficient information and in the format specified in Addendum to FAR provision 52.212-1 - Instruction to Offerors - Commercial Items. Offerors may be asked to clarify certain aspects of their quotation. (ii) Under no circumstances shall the Government 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 respondents participation in this posting. Attachments accompanying this combined synopsis/solicitation are as follows: Attachment 1: PWS Attachment 2: Pricing Tables Attachment 3: SCA Wage Determination Attachment 4: Davis-bacon Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-14-T-0002/listing.html)
 
Place of Performance
Address: Luke AFB and Gila Bend AFAF, Glendale, Arizona, 85309-1217, United States
Zip Code: 85309-1217
 
Record
SN03273779-W 20140126/140124234040-15a268b618ee15d82fc7fed223fcb92d (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.