Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

J -- ALMR Repeaters

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
F3LNDA4132A001-ALMR_Repeaters
 
Archive Date
9/27/2014
 
Point of Contact
Angel G. Delgado, Phone: 907-552-3166, Alfredia M Tyler, Phone: 907-552-4704
 
E-Mail Address
angel.delgado.1@us.af.mil, alfredia.tyler@elmendorf.af.mil
(angel.delgado.1@us.af.mil, alfredia.tyler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': ALMR REPEATERS (i) 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. (ii) Solicitation F3LNDA4132A001 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 2005-76 effective 25 Jul 2014. The DFARS provisions and clauses are those in effect to DPN 20140721 effective 21 Jul 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 21 Apr 2014. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 811213 with a small business size standard of $11M. (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: 1. 2 Each ALMR Repeaters Replacement Replacement of current VHF QUANTAR repeaters with modern G-Series equipment including GTR trunking controllers. The contractor shall provide removal, replacement, installation, configuration, testing and optimization services required to remove and replace exiting end of life repeater systems from the Transportable South (TAS) located on Joint Base Elmendorf Richardson and Transportable North (TAN) unit located at Eielson AFB, Fairbanks Alaska with 100% ALMR System compatible repeater equipment as specified herein. Work will be performed at the specified live storage locations for each system (TAN & TAS). (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint-Base Elmendorf Richardson, Anchorage AK, 99506 & Eielson AFB, Fairbanks, AK, 99702 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) 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 listed in the PWS. 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". (b) (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) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated IAW FAR 15.304(c)(3)(iii). 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 This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Minimum Qualifications: Contractor must have 10 year's experience with Motorola TM system removal, installation, optimization services. The contractor must be current in Motorola TM Land Mobile Radio ASTRO 25 trunking technology at the 7.13 Technology release level and provide three references related to work completed on Motorola TM ASTRO 25 technology release 7.13 systems. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2013), 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 (Jun 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 Gratuities Apr-1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep-2006 FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Oct-1995 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul-2013 FAR 52.207-3 Right of First Refusal of Employment May-2006 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 Prohibition on Contracting with Inverted Domestic Corporations May-2012 FAR 52.215-20 Requirements for Certified Cost of Pricing Data and Data Other Than Certified Cost of Pricing Data Oct-2010 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-2011 FAR 52.219-14 Limitations on Subcontracting Nov-2011 FAR 52.219-28 Post Award Small Business Program Representation Jul-2013 FAR 52.222-3 Convict Labor Jun-2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Jan-2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb-1999 FAR 52.222-26 Equal Opportunity Mar-2007 FAR 52.222-35 Equal Opportunity for Veterans Sep-2010 FAR 52.222-36 Affirmative action for Workers w/ Disabilities Oct-2010 FAR 52.222-37 Employment Reports on Veterans Sep-2010 FAR 52.222-50 Combating Trafficking in Persons Feb-2009 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 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul-2013 FAR 52.233-3 Protest After Award Aug-1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-2004 FAR 52.239-1 Privacy or Security Safeguards Aug-1996 FAR 52.245-1 Government Property Apr-2012 DFARS 252.201-7000 Contracting Officer's Representative Dec-1991 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 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep-2011 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-2009 DFARS 252.209-7998 Representation Regarding Conviction of a Felony Crime (Violation under Federal or State Law) Mar-2012 DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law Jan-2012 DFARS 252.211-7003 Item identification and Valuation Dec-2013 DFARS 252.211-7007 Reporting of Government-Furnished Property Aug-2012 DFARS 252.215-7007 Notice of Intent to Resolicit Jun-2012 DFARS 252.215-7008 Only One Offer Oct-2013 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun-2013 DFARS 252.225-7000 Buy American- Balance of Payments Program Certificate Jan-2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec-2012 DFARS 252.225-7012 Preference for Certain Domestic Commodities Feb-2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun-2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions Jan-2013 DFARS 252.232-7010 Levies on Contract Payments Dec-2006 DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Jun-2013 DFARS 252.243-7002 Requests For Equitable Adjustment Dec-2012 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-2013 DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property Apr-2012 DFARS 252.246-7003 Notification of Potential Safety Issues Jun-2013 DFARS 252.247-7023 Transportation of Supplies by sea Apr-2014 AFFARS 5352.201-9101 Ombudsman Apr-2014 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov-2012 (xiii) The local clause "WAWF Instructions" is located as Attachment 2. (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCB, Attn: Angel Delgado, via e-mail: angel.delgado.1@us.af.mil. Please forward all questions to SrA Delgado at the above email no later than 12:30PM Alaska Standard Time on the 18th of Aug, 2014. An amendment will be issued answering all questions received, providing the Government's answers. Quotes are due no later than 12:30PM Alaska Standard Time on Friday, 12 September 2014; quotes shall include the following: a. Part 1- Technical Acceptability - 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. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: Angel Delgado, via e-mail: angel.delgado.1@us.af.mil. For information regarding this solicitation, contact SrA Delgado via email or at (907) 552-3166. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: WAWF Instructions • Attachment 3: Performance Work Statement • Attachment 4: Brand Name Letter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F3LNDA4132A001-ALMR_Repeaters/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Anchorage, AK, 99506 and Eielson AFB, Fairbanks, AK, 99702, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03484996-W 20140830/140829022300-b1e32e307c675dfe4c3b939b8792405a (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.