Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
SOLICITATION NOTICE

D -- SCADA - (Draft)

Notice Date
9/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q2AD4230A003
 
Archive Date
9/25/2014
 
Point of Contact
christopher w. butler, Phone: 4783272888
 
E-Mail Address
christopher.butler.2@us.af.mil
(christopher.butler.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DD FORM 1423 APP C DOL- WAGE DETERMINATION QASP DFARS tax clause PWS combined synopsis/solicitation FBO Notice This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with limited sources under authority of FAR 6.302, Only one or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements to purchase Solicitation is to procure a firm fixed price contract for Maintenance of the SCADA system located on Robins AFB GA. Contractor shall follow the attached six page statement of work.. This is a sole source purchase to Advanced Control Systems in accordance with FAR 6.302.1, Only one responsible source will satisfy agency requirements (Advance Control Systems holds proprietary rights to the equipment). The purpose of this contract will be to provide the technical service to fulfill SCADA hardware and controller software corrective maintenance requirements as needed. This on call service will be on a 24 hours and 7 days a week schedule as needed. Troubleshooting/repair services are needed to restore proprietary hardware and controller to full operation as required. The The contract shall be for basic year with 4 annual options. PR: F3Q2AD4230A003 NAICS: 541511 Size Standard: $27,500,000.00 *Attachment 1: Performance Work Statement Attachment 2: DFARS Provision to be completed and sent with proposal. Attachment 3: Appendix "C" Attachment 4 DD1423 Attachment 5: Wage Determination Attachment 6: QASP - Quality Assurance Surveillance Plan This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-43 dated 02 Aug 2010. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-42 Statement of Equivalent Rates for Federal Hires fill in: GS-0850-12 Step 3 $35.52 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 52.217-9 -- Option to Extend the Term of the Contract. Option may be exercised prior to end of the current performance period. 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010-- Levies on Contract Payments 252.232-7006 WAWF instructions "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." Estimated POP will start 1 Oct 14 - 30 Sep 2014 (Base year) subject to availability of funding. Submit proposals to christopher.butler.2@us.af.mil. by 10 SEPT 2014, 4:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD4230A003/listing.html)
 
Place of Performance
Address: Robins AFB, wARNER rOBINS, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03494272-W 20140905/140904000549-3e6e743a227b69f313cf4ad6120d81d7 (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.