Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

D -- Global Command and Control System Technical Support

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
78150-4525
 
Solicitation Number
F3PF2X7169AC01
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Point of Contact
Donna Fell, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, - Jody Ehrhardt, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
 
E-Mail Address
donna.fell@randolph.af.mil, jody.ehrhardt@randolph.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 12th Contracting Squadron, Randolph AFB TX, has a requirement for technical services in support of the Global Command and Control System (GCCS). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. In accordance with FAR Part 19.405, this requirement is a 100% Service-disabled Veteran-owned Small Business Set-aside. The contract will include a base year and four (4) option years, beginning 01 Oct 2007 through 30 Sep 2012. The solicitation document and incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-20. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). A single award will be made to the contractor that represents the best value* to the government as defined in FAR 2.101. *NOTE: Best value means the expected outcome of an acquisition that, in the government?s estimation, provides the greatest overall benefit in response to the requirement. The associated North American Industry Classification System Code (NAICS) is 541519; size standard $23 million. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet Access at the AF FAR Site, http://farsite.hill.af.mil: The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation--Commercial Items. In determining the best value the government shall consider the following evaluation factors. All factors are equal in importance. The evaluation factors are as follows: (1) Conformance to the Performance Work Statement (PWS) (Atch 1) (Technical Proposal) ? the technical proposal shall demonstrate the contractor?s ability to perform the services described in the PWS. (2) Past Performance ? The government will evaluate the quality and extent of the contractor?s performance deemed relevant to the requirements of this RFQ. The government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least one (1) and no more than three (3) relevant contracts, from different customers, performed at other Federal agencies or commercial agencies within the last three (3) years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The offeror is required to have three (3) clients complete and submit the attached Questionnaire (Atch 2) to be used for past performance evaluation. Questionnaires will be submitted to the 12th Contracting Squadron no later than the RFQ closing date and time. (3) Price (Price Proposal)-the firm-fixed price shall be based on open market rates, including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. The attached Schedule of Supplies/Services (Atch 3) will be filled out by all interested parties. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, with these additional FAR clauses marked: FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-27, Notice of Total Service ? Disabled Veteran Owned Small Business Set-Aside; 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam ERA, and other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.245-1, Government Property; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; with these additional clauses marked: FAR 52.203-3, Gratuities and DFARS 252.232-7003, Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation); DFARS 252.204-7004 Alt. A, Required Central Contractor Registration; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7031, Secondary Arab Boycott of Israel; AFFARS 5352.223-9001, Health and Safety on Government Installation; AFFARS 5352.242-9000, Contractor Access to Air Force Installation; AFFARS 5352.242-9001, Common Access Card (CAC) for Contractor Personnel; AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer; FAR 52.202-1, Definitions; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.215-5, Facsimile Proposals; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-6, Drug Free Workplace; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.233-3, Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. (Your responses must be in Word or Excel format.) Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Quotes are due not later than12:00 p.m. Central Standard Time, 21 Sep 07, to the attention of Ms. Donna Fell, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, or e-mailed to donna.fell@randolph.af.mil. Email is the preferred method. Point of Contact: Ms Donna Fell, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, donna.fell@randolph.af.mil; Ms. Jody M. Ehrhardt, Contracting Officer, 12CONS/LGCB, 210-652-5117, jody.ehrhardt@randolph.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PF2X7169AC01/listing.html)
 
Place of Performance
Address: RANDOLPH AFB TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01410323-F 20070920/070919144136 (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.