Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

J -- Intrusion Detection System Maintenance and Repair - Solicitation Attachments

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-Q-IDSS
 
Archive Date
5/15/2016
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 - Reps and Certs Attachment 3- Price Schedule Attachment 2 - Wage Determination Attachment 1 - PWS This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-16-Q-IDSS is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150325. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued on an unrestricted basis with regard to size standard and under NAICS code 561621. For reference, the small business size standard is $20,500,000 in average annual revenue. The contractor shall provide those services outlined in the attached Performance Work Statement (PWS) dated 04 February 2016, Attachment 1. This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41. Wages under this contract are subject to the attached prevailing wages, Attachment 2. Offers shall provide a breakout of price as demonstrated by the proposed CLIN Structure in Attachment 3, Price Schedule. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Where supplies are required, used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. The resultant contract will feature a base year with four (4) option years. If all options are exercised, the total duration of the contract will be five (5) years. No minimum contract duration is guaranteed. Performance locations are both Rome, NY and Newport, NY. The exact addresses of facilities at/within which equipment to be maintained and repaired is located will be provided to the awardee of the contract. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 30 APR 2016 Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to richard.childres@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(10) Past performance information is required. Offerors shall submit, at minimum, information pertaining to three (3) contracts for the same or similar services as those outlined in the Performance Work Statement. For each of the three (3) contracts, the following must be submitted: contract number, point(s) of contact with telephone number(s) and email address(es), scope of work associated with contract, list of equipment maintained and repaired under contract, dollar value of contract, and any other information deemed relevant and necessary to evidence competency to perform required service. In addition, the following item(s) must be submitted: - Documentation evidencing competencies of any and all technicians and other offeror staff members who will be or have potential to be sent to perform work under a resultant contract. Relevant documentation to evidence technician qualification to work on those systems identified in the appendices of the PWS may include, but is not necessarily limited to, training/course certificates, resumes, narrative of field experience, etc. - Detailed plan demonstrating how offeror proposes to meet required four (4) hour response time for service requests for Priority A systems as identified in Appendix A of the PWS. Plan should include, at minimum, location(s) of offeror's office(s) nearest Rome, NY and Newport, NY as well as the number of qualified technicians working out of each office. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability to meet the Government's requirement; (ii) price (The Government will evaluate offers for award purposes by adding the total price for all options IAW FAR 52.217-9 "Option to Extend the Term of the Contract" to the total price for the basic requirement. The option period IAW FAR 52.217-8 "Option to Extend Services" will also be evaluated as part of the total price. 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).); and (iii) past performance All three (3) evaluation factors are of approximately equal importance. Offerors are required to complete and submit representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003)(OCT 2015); and 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations (DEVIATION 2016-O0002) (OCT 2015). For your convenience all referenced certifications are attached to this solicitation, Attachment 4. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (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 60 months/5 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages under Executive Order 13658 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System For Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor before expiration of the contract provided that the Government gives the Contractor a preliminary written notice of its intent to extend 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 five (5) years and six (6) months, which is one (1) Base period with four (4) one (1) year options (total of 60 months) plus 6 months if FAR 52.217-8 is exercised. The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.217-5, Evaluation of Options 52.223-3, Hazardous Material Identification and Material Safety Data 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.225-7000, Buy American Act Statute- Balance of Payments Program 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7007, Limitation of Government's Obligation 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea, ALT III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman (NOV 2015) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations Requirement specific guidance: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-IDSS/listing.html)
 
Record
SN04086184-W 20160417/160415234819-c2c5ffff1d16d691459184921939d0c6 (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.