SOLICITATION NOTICE
J -- Big Voice System Maintenance Services
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-06-R-1064
- Response Due
- 8/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is HQ0034-06-R-1064 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. The North American Industry Classification System Code is 541330. The small business size standard is 4.5 million. This solicitation is 100% set aside for Small Businesses. The Government intends to award a single Firm-Fixed Price Contract. Offerors are required to submit a proposal based on the work requirements specified in the following Scope of Work: Contractor shall provide general maintenance to the Big Voice System within the Federal Office Building No 2 (FBO#2), and associated system equipment located in the Pentagon building which directly supports all communication between Federal Office Building No 2 (FBO#2) and the Pentagon. 1. GENERAL: The contractor shall furnish necessary supervision, craftsmen, tools, equipment, vehicles, and expendables required to provide all services for the general maintenance of the Big Voice System. 2. LOCATION: Federal Office Building No.2, Navy Annex, 1301 Southgate Road, Washington D.C. 20370 and the Pentagon Building. 3. SCOPE OF SERVICES: 3.1 Contractor shall provide the cleaning out of all equipment racks of dust and debris at each Automatic Control System (ACS) unit. 3.2 Remove all amplifier connection points that have been transitioned to the Simplex System due to the renovation. These currently show as non-critical faults in the system. 3.3 Upgrade the database to reflect any changes therefore cleaning out the system faults. 3.4 Uninterrupted Power Source units will be cleaned of dust and debris, and visually inspected to insure full battery charge and that all connections are still tight and in place. 3.5 Testing of the Big Voice System using the established codes between the Pentagon and FOB#2 and FOB#2 to the Pentagon to ensure complete communication between both buildings. 3.6 Replacement parts or materials that are identified during the general maintenance work is above and beyond the scope of general maintenance. The contractor shall submit a proposal to the Contracting Officer. Proposed materials, hours, and scope changes shall be reviewed by the Contracting Officer and then negotiated with the contractor. The accepted proposal shall then be authorized through a modification to the contract. 3.7 Voice testing to be done during evening hours and must be coordinated with the Pentagon Force Protection Agency (PFPA), point of contact: John O?Neill (703-695-1554). 4. MATERIALS AND EQUIPMENT: All materials and equipment shall be new and meet or exceed the current DoD and industry standards for commercial building within the Washington D.C metropolitan vicinity. 5. MANUFACTURE: Various. 6. WARRANTIES: All materials and parts shall carry the recommended manufacture and industry standards warranties against defects. All labor shall be warranted for one year against workmanship and repairs. 7. PROJECT COORDINATOR: Special Projects ? Juan R. Rodriguez Office: 703.614.2177 Fax: 703.695.7200 Email: Juan.Rodriguez@whs.mil Complete and submit the following SCHEDULE OF SUPPLIES/SERVICES and an itemized breakdown of the price for each performance year as their price proposal. Failure to submit this document properly completed may be cause for rejection of the offer. CLIN Schedule of Services Qty Unit Price Amount Big Voice Maintenance Services 0001 Base Year 12 MO $_____ $_____ Oct 2006 through 30 Sep 2007 0002 Option Year 1 12 MO $_____ $_____ 1 Oct 2007 through 30 Sep 2008 0003 Option Year 2 12 MO $_____ $_____ 1 Oct 2008 through 30 Sep 2009 0004 Option Year 3 12 MO $_____ $_____ 1 Oct 2009 through 30 Sep 2010 0005 Option Year 4 12 MO $_____ $_____ 1 Oct 2010 through 30 Sep 2011 FAR 52.212-1, 52.212-2, 52.212.3, 52.212.4, and 52.212-5, apply to this solicitation. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (Jan 2006) FAR 52.237-1 SITE VISIT (APR 1984) A site visit will be conducted on Aug 17, 2006 at 9:00 AM local time, for this procurement. The arrangements of the site visit should be made in advance with Mr. Juan R. Rodriguez Office: 703.614.2177 Fax: 703.695.7200Email: Juan.Rodriguez@whs.mil. In the event that Rodriguez is not available by phone, contact Mr. at Diggs, Darryl (703)697-7351 Offerors are advised that if they have any questions regarding the solicitation, the questions must be directed to Henry Chung in writing. (Email: henry.chung@whs.mil or fax: 703-696-4164) An amendment summarizing contractor questions is planned for issue after the conference. Any amendment issued will appear on the FEDBIZOPS web site (www.fbo.gov ) , available to all prospective offerors Requirement for Submission of Proposal and Content. Offerors are required to submit their proposal in three (3) separate parts limiting no more than 10 pages as follows: (1) PRICE PROPOSAL: Complete and submit SCHEDULE OF SUPPLIES/SERVICES and 52. 212-3 Offerors Representation and Certifications (Alternate I) ? Commercial Items(June 2006). (2) OPERATING PLAN: The offeror shall submit an overall plan of operations, demonstrating a clear understanding of the specifications needed to accomplish the work. The offeror shall discuss the relevant experience, qualifications and availability of key personnel to assign to this contract. (3) PAST PERFORMANCE INFORMATION: Offerors are to submit with their proposal a listing of at least three (3) and not more than five (5) most recent contracts or subcontracts, in which the offerors have performed the same or similar services required by this solicitation. The listing as a minimum shall include: Contract Number, Applicable project or service involved, Contract type, Contract dollar amount, and the procuring activity or firm?s completed name, physical address, current technical or contracts representative with name(s), fax & phone number(s) and e-mail(s)-not to exceed three names for each entity. Offerors are notified that the Government reserves the right to contact other Government and commercial sources not included in the proposal in order to determine the past performance of the offeror. ADDENDUM to: FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Price b. Operating Plan c. Past Performance NOTE: Technical factors (b&c) when combined are approximately equal to price in determining which proposal offers the best value to the Government. (b) 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (Alternate I) -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-7 Central Contractor Registration (OCT 2003), 52.217-8 Option to Extend Services (APR 1989), and 52.217-9, Option to extend the term of the contract. (APR 1984). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (June 2006) applies to this acquisition and the additional FAR clauses cited in the clause are: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following DFARS apply to this acquisition and are incorporated by reference. 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JUL 2006) 252.204-7004 Alternate A. (NOV 2003) Dept of Labor Wage Determination 1994-2103(Rev. 35) dated 23 May 2006 applies to this solicitation. Proposals are due no later than 4:30 p.m., local time, (August 25, 2006). No solicitation document will be issued. Submit proposals to the attention of Henry Chung by mail, to the following address: Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155.
- Place of Performance
- Address: Federal Office Building No.2, Navy Annex, 1301 Southgate Road, Washington D.C. 20370 and the Pentagon Building.
- Zip Code: 20370
- Country: UNITED STATES
- Zip Code: 20370
- Record
- SN01112157-W 20060812/060810222115 (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 |