Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
MODIFICATION

N -- SCIF in-a-box

Notice Date
8/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-16-Q-M080
 
Archive Date
9/6/2016
 
Point of Contact
Adam R. Thibeault, Phone: 6713664686
 
E-Mail Address
adam.thibeault.1@us.af.mil
(adam.thibeault.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 2. RFQ# FA5240-16-Q-M080 SCIF In-a-Box SIPR Install is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-89. 4. This solicitation has been set aside 100% Small Business under the 811213 NAICS Code, with a small business size standard of $11MIL. 5. The government request quotes for the following items; CLIN DESCRIPTION QTY 0001 SCIF In-a-Box SIPR Install in accordance with Statement Of Work (Attachment 1) 1 EA *Period of Performance: Services to be performed with 45 Days after contract award. 6. The government requests that all services be performed by the referenced Period of Performance. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 7. Offerors must provide all services specified in Statement of Work. Offerors that do not provide all that are specified may be considered unacceptable. 8. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. PART II TECHNICAL PROPOSAL - Limited to no more than 10 pages. Submit 1 copy of proposal. Submission of Subfactor 1- Certification Submission- Contractor shall submit 1 copy of required nationally recognized communication industry standard certification. Submission of Subfactor 2-Proposal Submission-Contractor shall submit proposal with all required documentation and data required in proposal submission criteria. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical Acceptability Technical Acceptability Factor. The government will evaluate technical proposals on a pass/fail basis and assign an Acceptable or Unacceptable rating as described in Table 1 below. Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation & is in accordance with the attached Statement Of Work and meets all Technical Sub-Factors. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation or is not in accordance with Statement Of Work or does not meet Technical Sub-Factor(s). The proposals will be evaluated against the following subfactor(s): Subfactor 1, Certification Submission The subfactor is met by contractor holding certification to install SIPR and other items as stated in Statement of Work. Must be BICSI, EIA/TIA or equivalent certification. Subfactor 2, Proposal Submission Proposals shall include, at a minimum, a narrative that describes all equipment, engineering, furnishing, installation and testing data as well on-site system performance testing to be used in the Technical Approach to be used in the performance of this service. Documentation may include product assembly drawings, operation manuals and wiring diagrams. Shall be submitted with quotation, and contain enough detail to support installation and testing standards are met. Technical Acceptability is equally as important as price. Price Evaluation Factor. The government will rank all offers by price. 9. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 10. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) dated June 2016 applies to this acquisition. 12. Additional provisions and clauses that apply to this acquisition are: FAR 52.233-2, Service of Protest; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); 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 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (James Ting, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman. 13. Requests for information are due by 17 August 2016 at 1600 Chamorro Standard Time. 14. A Site Visit will take place 12 August 2016 at 1300 Chamorro Standard Time. 15. Quotes are due back to the government NO LATER THAN 22 August 2016 at 1400 Chamorro Standard Time. 16. Any quotes or questions may be emailed to Primary Point of Contact SrA Adam Thibeault, adam.thibeault.1@us.af.mil, 671-366-2355. Alternate point of contact for this requirement is TSgt Fernando Delgado, fernando.delgadotorres@us.af.mil, 671-366-2358. Or if either point of contact cannot be reached, call the 36th Contracting Squadron main line @ 671-366-4214. *AMENDMENT 1* There will be a second site visit on 08/16/2016 @ 1000 Chamorro Standard Time. FERNANDO DELGADO Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M080/listing.html)
 
Place of Performance
Address: Andersen AFB, GU, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN04224988-W 20160817/160815235935-f08066c695477fa4d0621383b718af6e (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.