Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2014 FBO #4596
SOLICITATION NOTICE

58 -- Giant Voice Mass Notification Extension - Attachments to COMBO

Notice Date
6/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-14-T-0085
 
Archive Date
7/25/2014
 
Point of Contact
Jonathan Buenrostro, Phone: 907-552-2394
 
E-Mail Address
jonathan.buenrostro@us.af.mil
(jonathan.buenrostro@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4: DOL Wage Determination Attachment 3: Performance Work Statement Attachment 2: WAWF Instructions Attachment 1: Pricing Schedule COMBINED SYNOPSIS/SOLICITATION ‘COMBO': Giant Voice Mass Notification Extension (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, utilizing the Simplified Acquisition Procedures (SAP) under FAR Part 13.5, Test Program Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-14-T-0085 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014. The DFARS provisions and clauses are those in effect to DPN 20140528 effective 28 May 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 21 Apr 2014. (iv) This is a not small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $14,000,000 average annual revenue. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: Outdoor Mass Notification Expansion for Joint Base Elmendorf-Richardson (JBER), Alaska. The service required is a non-personal service to engineer, furnish, install and test (EFI&T) three additional wireless, stand-alone outdoor mass notification poles/stations. See attached Performance Work Statement (PWS). All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation costs shall be included in the quote. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. See attached Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: F1W3ME - 673D CS/SCX - PLANS & PROGRAMS 7263 Gibson Ave Joint-Base Elmendorf Richardson, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable, IAW FAR 15.101-2 Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 6. Debriefing, FAR 15.506: If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) BASIS FOR CONTRACT AWARD: 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 based on a Lowest Price Technically Acceptable (LPTA) basis. By submission of its offer with the instructions provided in clause FAR 52.212-1, Instructions to Offerors - Commercial Items and its addenda, the offeror accedes to all solicitation requirements, including terms and conditions and any representations and certifications. Failure to meet a requirement may result in an offer being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: 1. Price Evaluation: Initially, the Government shall rank all offers by price. An offeror's proposed price will be determined by multiplying the quantities identified on the Pricing Schedule: Attachment 1, by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each CLIN. These extended amounts will be added together to determine the total evaluated price for the period of performance (PoP). The price evaluation will document fairness and reasonableness of the proposed total evaluated price. The Government reserves the right to perform a price realism analysis. 2. Technical Acceptability: The Government will evaluate on an acceptable or not acceptable basis for the contractor's technical acceptability based on the offeror's knowledge and understanding of the Mass Notification Expansion as described in the Performance Work Statement (PWS) including: a. The offeror shall provide a quality control plan including a broad approach to quality control, a quality control determination and methods for handling deficiencies b. The offeror shall provide a staffing plan that demonstrates the ability to meet all technical requirements of the PWS c. The offeror shall provide a notional schedule that meets the following criteria: (i) The schedule shall identify applicable milestones of the project, including any required data submittals as outlined in the PWS (ii) The schedule shall show how all work specified in the PWS will be completed within the proposed period of performance Offerors are cautioned to submit sufficient information to permit a meaningful assessment of their technical capabilities. Communication conducted to resolve minor or clerical errors will not constitute discussions and the CO reserves the right to award a contract without the opportunity for proposal revision. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (May 2014), or ensure the Representations and Certifications are updated at www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.203-3 FAR 52.203-3 - Gratuities Apr 1984 FAR 52.203-6 FAR 52.203-6 --Restrictions on Subcontractor Sales to the Government Sep 2006 FAR 52.203-6 Alt I FAR 52.203-6 Alt I --Restrictions on Subcontractor Sales to the Government Oct 1995 FAR 52.204-7 FAR 52.204-7 -- System for Award Management Jun 2013 FAR 52.204-10 FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.204-14 FAR 52.204-14 -- System for Award Management Maintenance Jan 2014 FAR 52.207-3 FAR 52.207-3 -- Right of First Refusal of Employment May 2006 FAR 52.209-6 FAR 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug 2013 FAR 52.209-10 FAR 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations May 2012 FAR 52.212-1 FAR 52.212-1 Instructions to Offerors- Commercial Items Apr 2014 FAR 52.212-3 FAR 52.212-3 Offerors Representations and Certifications - Commercial Items May 2014 FAR 52.212-4 FAR 52.212-4 Contract Terms and Conditions Commercial Items May 2014 FAR 52.212-5 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs Jan 2014 FAR 52.219-8 FAR 52.219-8 -- Utilization of Small Business Concerns Jul 2013 FAR 52.219-14 FAR 52.219-14 -- Limitations on Subcontracting Nov 2011 FAR 52.219-28 FAR 52.219-28 -- Post Award Small Business Program Representation July 2013 FAR 52.222-3 FAR 52.222-3 -- Convict Labor Jun 2003 FAR 52.222-17 FAR 52.222-17 -- Nondisplacement of Qualified Workers May 2014 FAR 52.222-19 FAR 52.222-19 -- Child Labor--Cooperation With Authorities and Remedies Jan 2014 FAR 52.222-21 FAR 52.222-21 -- Prohibition of Segregated Facilities Feb 1999 FAR 52-222-26 FAR 52-222-26 Equal Opportunity Mar 2007 FAR 52.222-35 FAR 52.222-35 -- Equal Opportunity for Veterans Sep 2010 FAR 52.222-36 FAR 52.222-36 -- Affirmative Action for Workers with Disabilities Oct 2010 FAR 52.222-37 FAR 52.222-37 -- Employment Reports on Veterans Sep 2010 FAR 52.222-41 FAR 52.222-41 -- Service Contract Act of 1965 May 2014 FAR 52.222-42 FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hire May 2014 FAR 52.222-44 FAR 52.222-44 -- Fair Labor Standards Act and Service Contract Act--Price Adjustment May 2014 FAR 52.222-50 FAR 52.222-50 -- Combating Trafficking in Persons Feb 2009 FAR 52.222-54 FAR 52.222-54 -- Employment Eligibility Verification FAR 52.232-18 Availability of Funds Aug 2013 FAR 52.225-5 FAR 52.225-5 -- Trade Agreements Sep 2013 FAR 52.225-13 FAR 52.225-13 -- Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration Jul 2013 FAR 52.233-2 FAR 52.233-2 -- Service of Protest Sep 2006 FAR 52.233-3 FAR 52.233-3 Protest after Award Aug 1996 FAR 52.233-4 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-64 FAR 52.247-64 -- Preference for Privately Owned U.S. Flag Commercial Vessels Feb 2006 DFARS 252.209-7001 DFARS 252.209-7001 -- Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.225-7001 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7012 DFARS 252.225-7012 -- Preference for Certain Domestic Commodities Feb 2013 DFARS 252.232-7003 DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7010 DFARS 252.232-7010 -- Levies on Contract Payments Dec 2006 DFARS 252.243-7002 DFARS 252.243-7002 -- Requests for Equitable Adjustment Dec 2012 AFFARS 5352.201-9101 Ombudsman Apr 2014 (xiii) The local clause "WAWF Instructions" is located as Attachment 2. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCB, Attn: SrA Jonathan Buenrostro, via fax to 907-552-7496 or e-mail: jonathan.buenrostro@us.af.mil no later than 12 P.M. Alaska Standard Time on the 1st of July, 2014. E-mail is preferred. xvi) Quotes shall be submitted to: 673rd Contracting Squadron/LGCB, Attn: SrA Jonathan Buenrostro, via fax to 907-552-7496 or e-mail: jonathan.buenrostro@us.af.mil no later than 12 P.M. Alaska Standard Time on the 10th of July, 2014. E-mail is preferred. For information regarding this solicitation, contact SrA Jonathan Buenrostro electronically via email. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: WAWF Instructions • Attachment 3: Performance Work Statement • Attachment 4: DOL Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0085/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03402622-W 20140625/140623234214-ef40ba72d81d41d1df9dace2e4b2ecd5 (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.