Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

H -- Network Analyzer Calibration

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F2014099A001
 
Archive Date
5/13/2014
 
Point of Contact
Jesse M. Capik, Phone: 8508843272, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
jesse.capik@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(jesse.capik@hurlburt.af.mil, david.jesmain@hurlburt.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 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. Solicitation Number F2F2014099A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, effective 30 Jan 2014. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 811219, and Standard Industrial Classification (SIC) code 7699. The Size Standard for NAICS 811219 is $19M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, On-site calibration of three HP 8510C Network Analyzers as defined in the Statement of Work. Quantity: 3-EACH. *See attached Statement of Work for description of the requirement.* Contract Line Item (CLIN) 0002, Travel to Hurlburt Field AFB to perform services IAW Statement of Work. Delivery Terms are FOB Destination for delivery to 1SOCMS, 814 Tully Street, Bld 90028, Hurlburt Field, Florida 32544 The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Jesse Capik, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 28 April 2014, 10:00 a.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F2014099A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil and jesse.capik@us.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest priced offer. Technical acceptability will be determined by evaluation of the offerors submitted past performance information, documentation/certification of at least five years work experience, and ability to certify calibration to OEM specifications for the brand/type equipment described in the Statement of Work. The offeror shall submit at least 2 and not more than 10 examples of contracts for calibration of similar brand/type of equipment. The current or past performance information must list the contract number (if a Govt contract), customer POC name and phone number, brief description of work involved with the contract and the contract value. The offeror may submit the Technical acceptability required information in any format but the total pages should be less than 10. The offeror shall provide within their offer documentation their CAGE and DUNS with their offer. The offeror shall return the attached offer schedule completed with their offer pricing. The offeror shall be determined technically acceptable and available for consideration of award only if CLINs 0001 and 0002 of the attached offer schedule are received completed with the offer and the minimum qualifications are met. *Note*: If the Offeror believes this Service is exempt from the Service Contract Act of 1965 due to the Calibration nature of this requirement please refer to FAR 52.222-48 - Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. All prospective contractors must have CAGE codes and DUNS numbers, as well as, be registered in the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/ (formerly CCR) to be eligible for award. Processing time for registration in SAM may take five business days or more. Contractors may obtain information on registration and annual confirmation requirements via the SAM website or by calling 866-606-8220 or 334-206-7828 for international calls. Clauses: The full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The following provisions/clauses apply: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (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 SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM 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 SAM.] FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) The following clauses within FAR 52.212-5 apply FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-25, Affirmative Action Compliance (Apr 1984). FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 5FAR 52a). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Additional provisions/clauses: FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009). FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004). DFARS 252.203-7000 --Requirements Relating to Compensation of Former DoD Officials (Sep 2011). DFARS 252.203-7005 --Representation Relating to Compensation of Former DoD Officials (Nov 2011). DFARS 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012). DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). DFARS 252.247-7023 -- Transportation of Supplies by Sea (Jun 2013). DFARS 252.247-7024 -- Notification of Transportation of Supplies by Sea (Mar 2000). DFARS 252.204-7003 -- Control of Government Personnel Work Product (Apr 1992). DFARS 252.204-7006 -- Billing Instructions (Oct 2005). AFFARS 5352.209-9001 -- Potential Organizational Conflict of Interest (Oct 2010). AFFARS 5352.223-9001-- Health and Safety on Government Installations (Nov 2012). AFFARS 5352.201-9101 OMBUDSMAN (Nov 2012) (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 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 of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen Colonel Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (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, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Point of contact is Jesse Capik, Contract Specialist, Phone (850) 884-3272, email: jesse.capik @hurlburt.af.mil; David Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain @hurlburt.af.mil. List of Attachments: a. Statement of Work b. Wage Determination 05-3033 (Rev.-13), dated 6/19/2013 c. Offer Schedule ---------------------------------------------------------------------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F2014099A001/listing.html)
 
Place of Performance
Address: Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03347943-W 20140426/140424235118-7c3b03e0e31defd05f08e335e27e29b9 (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.