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 -- Wing VTC

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-14-T-0008
 
Archive Date
9/23/2014
 
Point of Contact
Michael A Salmon, Phone: 5306343402
 
E-Mail Address
michael.salmon.4@us.af.mil
(michael.salmon.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1) 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 requested and a written solicitation will not be issued. (2) This solicitation/synopsis reference number is FA4686-14-T-0008 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, Dated 01 Jul 2014. (4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 541519 with an $25.5Million size standard. (5) Contractors shall submit a lump sum quote based on the below CLIN along with an in depth breakdown of costs (please see the attached PWS for an in depth description of the requirement). A breakdown of costs is mandatory. All responsible sources may submit a quote, which shall be considered. A firm fixed price one time service contract is contemplated. (6) Secure Capable Vitual Telecomference (VTC) System and Installation on Beale AFB, CA 95903. See attached Performance Work Statement (PWS) for breakdown of items to be provided and required system capabilities (7) Performance must begin within 30 calendar days of award and be completed within 90 calendar days of award. The awarded contract is to be a firm fixed price one time service CLIN 0001 Description Secure Capable Virtual Teleconference (VTC) System and Installation For detailed breakdown/details of applicable items, please see attached (PWS) Delivery Terms FOB: Destination Qty/Unit of Issue 1 Lot Unit Price : _____________________ Total Price:_____________________ Delivery Address /Place of Performance: 9CS/SCXR-F1H3C4 Carolyn Carmier 5950 C Street Bldg 2161 Beale AFB, CA 95903 Tel (530)634-2924 (8) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.202-1 Definitions FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors - Commercial FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions- Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Representation FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222.35 Equal Opportunity for Veterans FAR 52.222-37 Employment Reports On Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-99 (DEV) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017) FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts FAR 52.225-1 Buy American Act - Supplies FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-11 Extras FAR 52.232-23 Assignment Of Claims FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-1 Site Visit FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation FAR 52.245-1 Government Property FAR 52.245-9 Use And Charges FAR 52.246-1 Contractor Inspection Requirements FAR 52.246-4 Inspection Of Services--Fixed Price FAR 52.253-1 Computer Generated Forms DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure Of Information DFARS 252.204-7003 Control Of Government Personnel Work Product DFARS 252.204-7004 Alt A System for Award Management Alternate A DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 Reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management System Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal DFARS 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations AFFARS 5352.223-9001 Health And Safety On Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9000 Dev Contractor Access to Air Force Installations (Deviation) (9) The following additional provisions and clauses are applicable to this procurement. FAR 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, price and other factors considered. The following factors shall be used to evaluate offers: (i)Price (ii)Technical Acceptability (iii)Past Performance Technical Acceptability and Past Performance, when combined, are significantly less important than Price. (b) Options. 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 option(s). (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. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http://www.acquisition.gov. FAR 52.222-41 -- Service Contract Labor Standards and current Wage Determination # 2005-2055 (Rev. 15) See attachment 2 FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits 13110 - Video teleconference technician $14.98 $4.02 23160 - Maintenance Electrician $26.58 $4.02 23125 - Cable Splicer $26.58 $4.02 23931 - Telecommunications mechanic I $26.58 $4.02 23932 - Telecommunications mechanic II $28.10 $4.02 FAR 52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES (a) This Government Property listed in paragraph (e) of this clause is furnished to the Contractor in an ``as-is, where is'' condition. The Government makes no warranty regarding the suitability for use of the Government property specified in this contract. The Contractor shall be afforded the opportunity to inspect the Government property as specified in the solicitation. (b) The Government bears no responsibility for repair or replacement of any lost Government property. If any or all of the Government property is lost or becomes no longer usable, the Contractor shall be responsible for replacement of the property at Contractor expense. The Contractor shall have title to all replacement property and shall continue to be responsible for contract performance. (c) Unless the Contracting Officer determines otherwise, the Government abandons all rights and title to unserviceable and scrap property resulting from contract performance. Upon notification to the Contracting Officer, the Contractor shall remove such property from the Government premises and dispose of it at Contractor expense. (d) Except as provided in this clause, Government property furnished under this contract shall be governed by the Government Property clause of this contract. (e) Government property provided under this clause: (See Performance Work Statement for additional details) • Symnet Express 4x4 • Australian Monitor AMIS 250p • AMX NI-2100 • Tandberg Codec • KIV-7M or equal encryption device • Ceiling speaker (unknown brand/model) • Furman PS-8R Power sequencer FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS Contractor shall submit payment requests and receiving reports using WAWF Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. Note: The WAWF routing information will be provided upon award. AFFARS 5352.201-9101 OMBUDSMAN (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 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, (Lt Col Tonney Kaw-uh, 129 Andrews St., Langley AFB, VA 23665-2769, Phone Number: (757) 764-5372, facsimile (757) 764-4400, email address: Tonney.kaw-uh@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. (10) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. (11) In Accordance With FAR 52.237-1 Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (12) Site Visit will be held on 7 Aug 2014 at 12:00pm PDT at the 9th Reconaissance Wing Conference Room, 5950 C Street Bldg. 2161, Beale AFB, CA 95903. Contractors shall provide names of all personnel expected to attend, to include first and last name, birth date, driver's license number, and state issued. This information shall be submitted to SSgt Michael Salmon via email, michael.salmon.4@us.af.mil, no later than 1600 hrs (4:00pm PDT) 05 Aug 2014. This information will be used to verify identity and criminal history for access to base. All attendees shall arrive at the Wheatland Gate Visitors Center no later than 1100 on 7 Aug 2014. (13) Response to this combined synopsis/solicitation must be received via email at michael.salmon.4@us.af.mil by : 8 Sep 2014 no later than 4:00 PM Pacific Daylight Time. Requests should be marked with solicitation number FA4686-14-T-0008. (14) Address questions to SSgt Michael Salmon via email at michael.salmon.4@us.af.mil Attachments: Attachment 1: Performance Work Statement (14 pages) Attachment 2: SCA Wage Determination (21 pages) Note: Revised PWS posted 29 Jul 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-14-T-0008/listing.html)
 
Place of Performance
Address: 5950 C Street Bldg 2161, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN03487439-W 20140830/140829023244-4dcab303dcceda5a5ceda3943c089d9b (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.