Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
SOLICITATION NOTICE

74 -- Mail Metering Machines (LEASE) - Statement of Work

Notice Date
12/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-R-0046
 
Archive Date
1/2/2015
 
Point of Contact
Dustin M. Gilroy, Phone: 9375224606
 
E-Mail Address
dustin.gilroy@us.af.mil
(dustin.gilroy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Example spreadsheet illustrating Total Evaluated Price (TEP) Spreadsheet example explaining Total Evaluated Price (TEP) Statement of Work; Mail Metering Lease COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in an award for Leased Mail Metering Machines on a firm fixed price basis, as described under the paragraph below titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Total Evaluated Price (TEP): The Government will add the total price for all options to the total price for the basic requirement to arrive at a total evaluated price (TEP). The TEP will be calculated as: (i) The sum of the extended prices (unit quantity multiplied by unit price) for CLINs XXXX through XXXX for the base performance period and option periods I through IV; and (ii) To account for the maximum six-month extension possible under the clause at FAR 52.217-8, Option to Extend Services, the Government will take the proposed price of the final option period (CLINS XXXX through XXXX), prorate it to a six-month value, and add that amount to the sum of all CLINS (base performance period and option periods I through IV). The resulting amount will be the TEP. Evaluation of options shall not obligate the Government to exercise the option(s). The spreadsheet attached illustrates calculation of a proposal's TEP using the methodology described above. The spreadsheet is provided for illustration purposes only. Prices reflected in the spreadsheet are notional and in no way reflect the actual value of the requirement or an actual evaluation of proposed prices submitted in response to this solicitation or any other solicitation for the same or similar requirement. This acquisition is a Full and Open Competition under North American Industry Classification System (NAICS) Code 532420. Size standard is $35.5 Million. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Synopsitation Number: FA8601-15-R-0046. This requirement is for Leasing of Mail Metering Machines with a period of performance of a Base year and four option years per the attached Statement of Work Delivery Destination: 88 CS/SCOKM 5237 Cooper St BLDG 258, Dr. 1 WRIGHT-PATTERSON AFB, OH 45433-5513 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. Synopsitation Closing Date: 12:00 p.m. (NOON) (Eastern Time) on 18 December 2014 Send Proposals To: AFLCMC/PZIOBB Attn: Dustin Gilroy 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via fax or e-mail to: Fax- 937-257-3926 and email dustin.gilroy@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-15-R-0046." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to either Dustin Gilroy telephonically at (937) 522-4515 or via e-mail at dustin.gilroy@us.af.mil. This synopsitiation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-77, effective 13 Nov 2014; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20141113, effective 13 Nov 2014; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 1 Oct 2014. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (APR 2014) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.]. The evaluation factors for the fill-in portion of this provision will be: - Responsiveness to the terms and conditions of the solicitation - Technical Acceptability - Price 52.212-3, Contractor Representations and Certifications (May 2013); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JUN 2014) The clauses that are check marked as being applicable to this purchase are: -52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) - 52.219-28 Post-Award Small Business Program Re-representation (Jul 2013 - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007) - 52.222-35, Equal Opportunity for Veterans (Sep 2010) - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) - 52.222-37, Employment Reports on Veterans (Sep 2010) - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) FAR 52.252-4, Alterations in Contract (Apr 1984) (Insert in full text: "FAR 52.212-4(j) Reserved") 52.217-5 -- Evaluation of Options (Jul 1990) 52.217-8 -- Option to Extend Services (Nov 1999) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010); 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments (DEC 2012) 252.225-7002 Qualifying Country Sources as Subcontractors. (DEC 2012) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL (DEC 2012) 252.211-7003 Item Identification and Valuation (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); 252.232-7006 Wide Area WorkFlow Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (April 2014) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Substances (ODS) (MAY 1996) 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) The following local clause will be included in subsequent award. Full text version is available upon request: AFLCMC/PZIO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov ATTACHMENTS: 1. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0046/listing.html)
 
Record
SN03590035-W 20141210/141208234402-e8aad2f393fe89f34bb47a9197a05528 (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.