Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

R -- Court Reporting Services BPA - Synopsitation

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561492 — Court Reporting and Stenotype Services
 
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
FA8601-16-R-0069
 
Archive Date
9/27/2016
 
Point of Contact
Jenifer L. Moore, Phone: 9375224601, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
jenifer.moore@us.af.mil, Toxie.Courtney.1@us.af.mil
(jenifer.moore@us.af.mil, Toxie.Courtney.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsitation Court Reporting Services BPA Wage Determination 2015-2419 FAR 52.212-3 Price Sheet Performance Work Statement (PWS) for Court Reporting Services COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in the issue of two (2) Blanket Purchase Agreements (BPA) for commercial items, i.e., Court Reporting Services as described under the attachment titled " Performance Work Statement (PWS) for Court Reporting Services BPA ". 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). A blanket purchase agreement, 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 determined to be 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) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-16-R-0069 This acquisition is 100% Set-Aside for Small Business under North American Industry Classification ( NAICS) Code: 561492, Small Business Size Standard: $15 million. Synopsitation Closing Date: Proposals must be received not later than 10:00 am, Eastern time on 12 September 2016. Send Proposals To: AFLCMC/PZIOBB Attn: Jenifer Moore 1940 Allbrook Drive, Suite 3 WPAFB OH 45433-5309 or Submit electronic proposals via e-mail to: jenifer.moore@us.af.mil Any correspondence sent via e-mail must contain the subject line "FA8601-16-R-0069, Court Reporting Services". 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 Jenifer Moore by phone at (937) 522-4601 or via e-mail at jenifer.moore@us.af.mil. This requirement is for Court Reporting Services per the attached statement of work. Delivery destination: As specified in Call Orders. 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. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved 52.212-2, Evaluation Factors (Oct 2014) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be: - Price - Ability to comply with the requirements of the Performance Work Statement 52.212-3, Contractor Representations and Certifications (Alt 1) (Oct 2014) (Full-text copy - Attachment 1 to this RFQ) 52.233-2 Service of Protest (Sep 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill-in portion of this clause is: http://farsite.hill.af.mil ). FAR 52.252-5 Authorized Deviations in Provisions [the fill-in portion of this clause is: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2)] (Apr 1984 The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-3 Gratuities (Apr 1984) 52.204-4 Printed or Copies Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016) - 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 41 U.C. 4704 and 10 U.S.C. 2402) - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) - 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) - 52.219-8, Utilization of Small Business Concerns (Oct 2014) - 52.219-28, Post Award Small Business Program Representation (Jul 2013) - 52.222-3, Convict Labor (Jun 2003) - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Apr 2015) - 52.222-35, Equal Opportunity for Veterans (Oct 2015) - 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) - 52.222-37, Employment Reports on Veterans (Feb 2016) - 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) - 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) - 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) - 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) - 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) - 52.223-18, Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) - 52.232-36, Payment by Third Party (May 2014) [end fill-in for 52.212-5] 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 01035 Court Reporter GS-5 $15.78 36.4 01070 Document Preparation Clerk GS-3 $12.56 36.4% [end fill-in for 52.222-42] 52.232-37 Multiple Payment Arrangements (May 1999) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (Apr 1984) 52.242-13 Bankruptcy (Jul 1995) 52.247.34 F.o.b. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill-in portion of this clause is: http://farsite.hill.af.mil ) FAR 52.252-6 Authorized Deviations in Clauses [the fill-in portion of this clause is: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2)] (Apr 1984) The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) (Oct 2015) 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 (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101 Ombudsman (Nov 2012) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at http://www.sam.gov. Attachments to the announcement: 1. Performance Work Statement 2. Price Sheet 3. FAR 52.212-3 Offeror Representations and Certifications - Commercial Item (full text) 4. Wage Determination 2015-2419 (15 Jun 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0069/listing.html)
 
Record
SN04222101-W 20160814/160812235045-a3d2ab050fa599546388ff88ae7353a0 (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.