Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2016 FBO #5407
SOLICITATION NOTICE

70 -- 176th Wing Video Teleconference System - Wing VTC SOW

Notice Date
9/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU16T0044
 
Archive Date
10/2/2016
 
Point of Contact
Craig Wood, Phone: 907.551.0246, Nicole Rahmer, Phone: 907-551-0246
 
E-Mail Address
craig.wood.3@us.af.mil, nicole.rahmer.2@us.af.mil
(craig.wood.3@us.af.mil, nicole.rahmer.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wing VTC SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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 will not be issued. This requirement is a 100% small business set-aside, NAICS 334310. This announcement constitutes the only written notice. Basis for award will be based on a trade-off approach. In accordance with FAR 52.212-2, the Government will award a contract/purchase order 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. Project Requirements : Please reference the attached Statement of Work (SOW) for a list of the specific project requirements. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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 (in order of importance) : 1. Past Performance (Provide at least three (3) past performance references to include contract numbers and contracting/project officer contact info) - 30% Subfactor 1 - On time/on target with past contracts Subfactor 2 - Volume of DoD contract work 2. Technical Excellence - 25% Subfactor 1 - Design Subfactor 2 - Familiarity/Understanding of DoD Cyber Awareness & Security Practices Subfactor 3 - Quality of Training 3. Price - 25% 4. Management Capability - 20% Subfactor 1 - Installation strategy (Project schedule) Subfactor 2 - Capability to provide on-site repair and warranty service within 24 hours' notice Subfactor 3 - Capability to provide on-call tech support during normal duty hours (0730 - 1630 Alaska Standard Time) Past Performance and Technical Excellence, when combined, are more important than Price and Management Capability. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award The following provisions are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certificates-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders-Commercial Items, FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors and FAR 52.242-15 -- Stop-Work Order. To be eligible for contract award, all contractors must be registered with the System for Award management (SAM) found at https://www.sam.gov/portal/public/SAM/. Payments for the resulting contract will be made through Wide Area Work Flow (WAWF). Contractors can register for WAWF at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU16T0044/listing.html)
 
Place of Performance
Address: 176th Wing Headquarters, Room 214, 17441 Airlifter Drive, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04266072-W 20160912/160911162444-8c4787da7e790e31346383d8dde51d49 (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.