Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2015 FBO #4937
SOLICITATION NOTICE

S -- Television Subscription Services - Statement of Work

Notice Date
5/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVJ65135AW01
 
Archive Date
7/14/2015
 
Point of Contact
Catherine M. Lee, Phone: 8138280280, Aaron L. Pearson, Phone: 8138280485
 
E-Mail Address
catherine.lee.5@us.af.mil, aaron.pearson@us.af.mil
(catherine.lee.5@us.af.mil, aaron.pearson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DFARS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) Statement of Work Attachment 3 Statement of Work Attachment 2 Statement of Work Attachment 1 Television Subscription Services Statement of Work This is a combined synopsis/solicitation for a commercial supply and/or service 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. The solicitation number for this requirement is F2VVJ65135AW01 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items. The 6th Contracting Squadron at MacDill Air Force Base, Florida, requires the following item: Television Subscription services in accordance with the attached Statement of Work (SOW) The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-82 effective 07 May 2015, DFARS DPN 20150420 effective 20 April 2015, and AFFARS AFAC 2015-0406, effective 06 Apr 2015. The North American Industry Classification System code (NAICS) is 515210, Cable and Other Subscription Programming, with a Small Business Size Standard of $38,500,000.00. A firm fixed price contract will be awarded. All interested parties must bid on all applicable items to include all option years. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. All interested parties must also fill out and submit with offer the attached DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law -Fiscal Year 2015 Appropriations (Deviation 2015 -OO0005) (Dec 2014). DESCRIPTION OF REQUIREMENT: SEE ATTACHED STATEMENT OF WORK (SOW) FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable and demonstrates that they can fulfill all the requirements in the attached Statement of Work. PLACE OF PERFORMANCE : United States Central Command, MacDill AFB, FL 33621-5101 PROVISIONS/CLAUSES : The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ). FAR 52.203-3, Gratuities: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, System for Award Management; FAR 204-13, System for Award Management Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.217-5, Evaluation of Options; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See www.sam.gov for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5; the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.204-10; Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-System for Award Management. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.212-2, Evaluation- Commercial items (JAN 1999) The Government will award a contract resulting from this solicitation to the lowest price offeror that is determined to be technically acceptable and demonstrates that offeror can fulfill all the requirements in the attached Statement of Work which also includes the mandatory required channels requested and the 24-hour repair turnaround in case of equipment breakdown after notification by USCENTCOM personnel. The following factors shall be used to evaluate offers: (i) Price (ii) Technical Acceptability (End of Provision) FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.217-9, Option To Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) 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/ (End of Clause) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, System for Award Management, Alternate A; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clause applies to this solicitation and is incorporated in full text: DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2015-OO0005) (Dec 2014). The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (April 2014) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil or Mr. Michael R. Wagner, AFICA/KP, 1940 Allbrook Drive, Bldg. 1, Wright-Patterson AFB, OH 45433, phone number (937) 257-5529, email: Michael.Wagner@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) AFFARS 5352.223-9000, Elimination of use of Class I Ozone Depleting Substances (ODSs) (APR 2003): (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force Definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance [None] (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause). AAFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and the contractor will also include the following information for personnel passes or to obtain a vehicle pass: Project number, Project Name and site supervisor name. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AAFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012): (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of Clause) In addition, your proposal must list the Company name, address, DUNS number, CAGE Code, Federal TIN, and Point of Contact to include phone number and e-mail address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, 29 June 2015, not later 8:00 A.M. EST. Submit offers or questions to the attention of Catherine Lee, 6 CONS/LGCB, via fax at 813-828-5111 or preferably by e-mail to catherine.lee.5@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ65135AW01/listing.html)
 
Place of Performance
Address: United States Central Command, MacDill AFB, FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03747705-W 20150531/150529235757-abea7e4e11493d2db758f91d5bcbbd53 (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.