Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

J -- Video Productions and Engineering Maintenance - Attachment

Notice Date
3/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-16-R-0001
 
Point of Contact
Jennifer Connot, Phone: 310-653-5402, Herbert Countee, Phone: (310) 653-6178
 
E-Mail Address
jennifer.connot@us.af.mil, herbert.countee@us.af.mil
(jennifer.connot@us.af.mil, herbert.countee@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Performance work statement U.S. DEPARTMENT OF DEFENSE U.S. AIR FORCE-SMC/PKE Notice (Combined Synopsis & Solicitation) of Proposed Contract Action for Video Productions and Engineering Maintenance Services support, Period of Performance Base Period (7-Months) plus Four-12 month Options and 6-month Option FAR 52.217-8 Option to Extend Services. 1. Classification Code: J 2. Date: TBD 3. Year: FY2016 4. Contracting Office ZIP Code: 90245-2808 5. Product or Service Code (NAICS Code): 811211 6. Contracting Office Address: 483 North Aviation Blvd, Los Angeles AFB, El Segundo, CA 7. Subject: Video Productions and Engineering Maintenance Services Support 8. Proposed Solicitation Number: FA2816-16-R0001 9. Closing Response Date: TBD 10. Contact Point or Contracting Officer: Jennifer Connot, Contract Specialist, jennifer.connot@us.af.mil or Herbert Countee, Contracting Officer, herbert.countee@us.af.mil 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. Contract Line Items Numbers: CLIN 0001, 1001, 2001, 3001 and 4001. 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: a) The Space and Missile Systems Center (SMC) Public Affairs (PA) intends to award a Firm-Fixed Price contract for Video Productions & Engineering Maintenance Services Support Contract under the Small Business program, contractor is TBD, for a period of performance of a 7-month base with 4 one-year options. b) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. c) The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items. The solicitation number is FA2816-16-R-0001 and is issued as a Request for Quote; hard copies of the solicitation will not be issued. d) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. Classification code J - Maintenance, Repair, and Rebuilding of Equipment, stated at http://www.fedbizopps.gov/, applies. e) This acquisition will utilize a Small Business Set-Aside competition under the Small Business Program as a Firm-Fixed Price contract. For this acquisition, the North American Industry Classification Code (NAICS) is 811211 - "Consumer Electronics Repair and Maintenance" ($7.5M); its Federal Supply Code (FSC) is J058 - "Maintenance and Repair of Communications, Detection and Coherent Radiation Equipment." Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Past performance will be used solely for the purpose of determining technical acceptability. f) The contract line item numbers and items, quantities and units of measure pertaining to this requirement are identified on the Schedule B. The scope of the work to be acquired is set forth in the Performance Work Statement (PWS). The contract line item numbers and items, quantities and units of measure pertaining to this requirement are as follows: CLIN 0001 - Labor Services: (Maintenance & Installation) - Unit of Measure- 07 months CLIN 1001 - Labor Services: (Maintenance & Installation) - Unit of Measure- 12 months CLIN 2001 - Labor Services: (Maintenance & Installation) - Unit of Measure- 12 months CLIN 3001 - Labor Services: (Maintenance & Installation) - Unit of Measure- 12 months CLIN 4001 - Labor Services: (Maintenance & Installation) - Unit of Measure- 12 months g) The Space and Missile Systems Center (SMC) Public Affairs (PA) has a requirement for Video Productions & Engineering Maintenance, which includes services involving maintenance, installation, all personnel, equipment, labor, tools, supervision, transportation and other items and services necessary to perform Video Production and Engineering Maintenance Services in accordance with its Performance Work Statement (PWS) for the Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California. h) The expected period of performance will be four years, 7-months, plus 6-month Option FAR 52.217-8 Option to Extend Services: 07-month Base Year plus four 12-month Options from 01 March 2016 through 30 November 2020. i) Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition along with the following addenda to the provision:: 52.212-1 Addendum: (b) Submission of Offers. 1. General Instructions: i. The Offeror's proposal must include all data and information requested herein and must be submitted in accordance with these instructions. Non-conformance with these instructions may result in an unfavorable proposal evaluation. ii. Interested parties capable of providing the specified services must submit a written offer via email to Mr. Herbert Countee, Contracting Officer, hebert.countee@us.af.mil and/or Ms. Jennifer Connot, Contract Negotiator, jennifer.connot@us.af.mil iii. Do not send as an executable or.dxe fille. Email size shall not exceed five megabytes. Any corrupted file or media containing a virus could result in the offer not being considered for award. iv. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format v. Site Visit and Solicitation Questions. A pre-proposal conference is not scheduled for this site. However, upon request by an offeror, a site visit may be conducted where services are to be performed to identify any general and local conditions that may affect the cost of contract performance. The offeror must notify the Contract Specialist and Contracting Officer noted in paragraph ii above (not a Public Affairs representative or other government representative) of the site visit request by 29 March 2016. If a site visit is conducted, resulting questions and answers will be available to all potential offerors via the FBO.gov website. Information provided at the site visit shall not alter the terms and conditions of the solicitation and specifications. Offerors shall submit any other questions relating to the solicitation to only the Contract Specialist and Contracting Officer by 29 March 2016. Questions received after this date may potentially not be answered due to time constraints of the solicitation. vi. Submit offer as follows: DOCUMENT CONTENTS FILE FORMAT Volume One Technical Proposal PDF or.doc Volume Two Pricing and Contracting.doc and.xls 2. Specific Instructions for Volumes One and Two: i. Volume One - Technical Proposal (Do not exceed ten pages). An altered Government PWS submitted as Volume One Technical Proposal is not appropriate and will be considered technically unacceptable. Address the Technical Proposal subfactors as follows: Subfactor 1 - Provider Capability Provide a capabilities statement to include evidence of being a video production and engineering maintenance company which has the ability to provide installation (new equipment ready for operations, provide schematic drawings, and training on newly installed equipment); and consultation (written recommendations for the purchase of new equipment). Subfactor 2 - Video Production and Engineering Maintenance services Submit a sound approach for supporting video production and engineering maintenance services in a detailed inventory list of equipment (PWS - Appendix A). The list should clearly illustrate the Offeror's capability to meet all PWS Appendix A requirements. Reference Appendix A, B and C: Appendix A: "Equipment List," items: 1-606 listed in the inventory list. Appendix B: "Reports and Submittals" CDRLs: A001 and A002 listed in the required reports. Appendix C: "Applicable Publications and Forms" all publication forms indicated in Appendix C table. Submission of a generic appendix may be determined technically unacceptable. 2.b. Offeror shall provide a written description of each service that will be delivered and the methodology of their delivery. ii. Volume Two (Do not exceed ten (10) pages). A. Contracting Information (1) Provide the signature block of the individual authorized to make an offer which includes individual's name, title, e-mail address and phone number. (2) Provide cage code, data universal numbering system (DUNS) number, and tax identification number as registered in the System for Award Management (SAM). (3) Organizational Representatives. Provide a listing, in hierarchal succession, of the Offeror's points of contact delegated specifically for this requirement. Listing shall include names and titles, phone numbers, fax numbers and email addresses for each representative. List shall reflect both contracting and technical representatives for help desk issues and troubleshooting. (4) If the remittance address is different from the mailing address, include all applicable remittance addresses. (5) Written acknowledgment of all applicable solicitation amendments. B. Pricing Information. (1) Schedule B Submission a. Submit completed copy of the Government-provided Schedule B containing the Offeror's proposed amounts. Enter pricing only on the Government Schedule B. Offeror shall NOT alter the Schedule B in any way with the exception of entering pricing. If the Schedule B is found to be altered in any way other than entering pricing, the action will be considered unacceptable and consequently, a reason to reject an Offeror's proposal. Schedule B unit prices shall be limited to two decimal places. b. Identify a CLIN/SLIN (Contract Line Item/Sub Line Item) as Not Separately Priced by entering "NSP" in the unit price. Identify a CLIN/SLIN as No Charge by entering "NC" in the unit price. c. Include all applicable discounts in your pricing. (2) Provide a statement specifying that "all pricing in the proposal is Firm-Fixed, with the exception of Taxes, Fees and Surcharges (TFS). (c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers. (e) Multiple offers. If more than one solution to the services is available, Offeror may submit multiple offers for consideration, subject to same page limitations. Multiple offers may not be considered if they alter the Government's requirement. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract. (h) Multiple awards. This award shall be made on an all or none basis. (End of Addendum to Provision 52-212-1). j) Provision 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition along with the following addenda to the provision: 52.212-2 Addendum: Evaluation Criteria: The basis for award will be the Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2(a)&(b). Past performance will be used solely for the purpose of determining technical acceptability. The basis for award will be use of best value in which competing Offerors' lowest price will be evaluated. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Award will be made to the responsible Offeror proposing the lowest priced proposal most advantageous to the Government upon an integrated assessment of the evaluation factors described below. (a) FACTOR 1 - TECHNICAL. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following technical subfactors: Subfactor 1 - Provider Capability This subfactor is met when the Offeror provides a capabilities statement to include evidence of being a video production and engineering maintenance company which has the ability to deliver installation (new equipment ready for operations, provide schematic drawings, and training on newly installed equipment); and consultation (written recommendations for the purchase of new equipment), in accordance with the Performance Work Statement (PWS). Subfactor 2 - Video Production and Engineering Maintenance services This subfactor is met when the Offeror submits a sound approach for supporting video production and engineering services in a detailed inventory list of equipment (PWS - Appendix A). The list should clearly illustrate the Offeror's capability to meet all PWS Appendix A requirements. Reference Appendix A, B and C: i. Appendix A: "Equipment List," items: 1-606 listed in the inventory list. ii. Appendix B: "Reports and Submittals" CDRLs: A001 and A002 listed in the required reports. iii. Appendix C: "Applicable Publications and Forms" all publication forms indicated in Appendix C table. (b) FACTOR 2. PRICE. ALL CLINs/SLINs within the Schedule B will be evaluated for award multiplying the estimated quantity times the unit price in the Schedule B and subtracting any applicable considered discount(s) to derive the total evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to compare offered prices with tariff prices of an incumbent video production and engineering contractor or with any other video production and engineering contractor with a universal service obligation for the services required in this solicitation. k) Complete all representations and certifications electronically at the following website: https://sam.gov/. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015), which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/. Additional provisions which may not be online at SAM: 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-O0010) (Feb 2015). (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 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-O0005) (Dec 2014). (a) In accordance with sections 744 and 755 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) l) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015) applies to this acquisition. m) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercials items (Mar 2016), applies to this acquisition. n) 52.252-1 Solicitation Provision Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mi o) 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in completed as follows: http://farsite.hill.af.mil p) 252.203-7999 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) (1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (d) (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of Clause) q) AFFARS 5352.201-9101, Ombudsman (Apr 2014): For purposes of this clause, the fill-ins are completed as follows: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen: Ms. Olalani Kamakau (310) 653-1185 SMC/PKC Attn: Ms. Olalani Kamakau 483 N. Aviation Blvd. Los Angeles, CA 90245-2808 r) 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012). For purposes of this clause, the fill-in is completed as follows: (c) 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 any additional requirements to comply with local security procedures to obtain a vehicle pass. 17. QUOTES ARE DUE 06 April 2016 @ 12:00 hrs Pacific Standard Time (PST). Questions for this action shall be made only in writing to the email address provided in the Point of Contact Information below; no telephone calls will be accepted. The cutoff date for questions is 29 March 2016 @ 12:00 hrs Pacific Standard Time (PST). Responses to this request for quote shall be provided only in writing via e-mail to: Ms. Jennifer Connot at jennifer.connot@us.af.mil and/or Mr. Herbert Countee at herbert.countee@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-16-R-0001/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04058370-W 20160324/160323000518-f4d0d46eeb4bf91a94f2f77d766c0d63 (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.