SOLICITATION NOTICE
J -- Maintenance of Multi-Net Video Distribution System - Performance Work Statement - Offeror Representations and Certifications - Price Schedule - Wage Determination
- Notice Date
- 7/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-R-0018
- Archive Date
- 8/5/2010
- Point of Contact
- Janet J Sheehan, Phone: 315-330-2001
- E-Mail Address
-
janet.sheehan@rl.af.mil
(janet.sheehan@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination Price Schedule Offeror Representations and Certifications Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0018 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100623. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 515210 and small business size standard is average annual receipt of $15,000,000.00 The contractor shall provide the following items on a firm fixed price basis: Maintenance, Repair and Expansion of Multi-Net Video Distribution System for the Air Force Research Laboratory (AFRL), Rome Research Site in accordance with the attached Performance Work Statement dated 11 May 2010. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The period of performance is one twelve month period and four twelve month option periods. The place of delivery, acceptance and FOB destination point is AFRL, Rome Research Site, Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3:00 PM, Wednesday, 21 Jul 2010. Submit to: AFRL/RIKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2001 or by email to Janet.Sheehan@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Offerors shall submit proof of technical capability to include resumes and proof that personnel assigned for work on this contract are certified as qualified CATV technicians that are professionally trained and certified for cabling and cable television system installation and maintenance by organizations such as the National Cable Television Institute (NCTI), the Building Industry Consulting Services International (BICSI) or the Society of Cable Telecommunications Engineers (SCTE). Offerors shall provide copies of certificates as proof of certification. Offerors shall also provide Spare or Replacement Equipment Lists, Types of Diagnostic Hardware and Types of Installation Equipment to be provided, Documentation Methods, and Methods of Advance Planning and Tracking of Equipment Problems. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar work and other references (including contract numbers, points of contact with telephone numbers and other relevant information) showing evidence of experience within the past three (3) years. Past performance information must include work similar in magnitude and scope to include: experience in the maintenance of dual cable CATV Broadband, fiber optic, and studio broadcast systems, Math Associates broadcast quality video, fiber optic and RF equipment; Jerrold and Magnavox and CATV components, multi-mode and single-mode fiber optic connectorization, patch panels, and RG-6 Drop Cable Installations. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) technical capability (ii) price; (iii) past performance (see FAR 15.304 and 12.206); All evaluation factors other than price, when combined, are of equal importance to price. The basis of award will be made to the lowest price, technically acceptable offeror who has acceptable past performance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009), ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (FEB 2010), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: _X__ 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) ___ 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) ___ 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). ___ 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a.) _X__ 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) ___ 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) ___ Alternate I (Oct 1995) of 52.219-6. ___ Alternate II (Mar 2004) of 52.219-6. ___ 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ Alternate I (Oct 1995) of 52.219-7. ___ Alternate II (Mar 2004) of 52.219-7. _X__ 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)).. ___ Alternate I (Oct 2001) of 52.219-9. ___ Alternate II (Oct 2001) of 52.219-9. ___ 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323). (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ Alternate I (June 2003) of 52.219-23. ___ 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) ___ 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657f). _X__ 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). _X__ 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) ___ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126) _X__ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) _X__ 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) _X__ 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) _X__ 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) _X__ 52.222-54, Employment Eligibility Verification (Jan 2009) (E.O. 12989). ___ 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)) ___ Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)) ____ 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) ____ 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423) ____ Alternate I (DEC 2007) of 52.223-16. ___ 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d) ___ 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) _X__ 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) ___ 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150) ___ 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150) ___ 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) _X__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) ___ 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332) ___ 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631) ___ Alternate I (Apr 2003) of 52.247-64. _X__ 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.) _X__ 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.) 23138 Electronics Technician, Maintenance III WG 10/2 $22.41 + $8.17 = $30.58 _X__ 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ___ 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) ___ 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) ___52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: __X___ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) __X___ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181) _____ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416) _____ 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637) _____ 252.219-7004 Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note) _____ 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-110d, E.O. 10583) _____ 252.225-7008 Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). _____ 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). __X___ 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). _____ 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a) _____ 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts) _____ 252.225-7021 Trade Agreements (NOV 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note) _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779) _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755) _____ 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 19 U.S.C. 3301 note) _____ 252.225-7038 Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)) _____ 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts) _____ 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320) _____ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321) __X___ 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) (10 U.S.C. 2227) _____ 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375) _____ 252.247-7003 Pass-Through Of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer (Jul 2009) (10 U.S.C. 2227) __X___ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) __X___ X252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) __X___ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) The following additional FAR and FAR Supplements provisions and clauses also apply: _____ 52.211-6, Brand Name or Equal (AUG 1999) __X___ 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) _____ 252.211-7003, Item Identification and Valuation (AUG 2008) _____ 252.211-7006 Radio Frequency Identification (Feb 2007) ______ 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JAN 2009). _____ 252.225-7020, Trade Agreements Certificate. (JAN 2005) _____ 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. (JAN 2009) _____ 252.225-7040, Contractor Personnel Supporting a Force Deployed Outside the United States (JUL 2009) _____ 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (MAR 2006) _____ 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (DEC 2006) _X____ 252.232-7010, Levies on Contract Payments (Dec 2006) _X____ 252.246-7003 Notification of Potential Safety Issues (JAN 2007) _X____ 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-904-5036 COM: 937-904-4407. _X____ 5352.223-9001, Health and Safety on Government Installations (JUN 1997) _____ 5352.245-9004, Base Support (AFMC) (JUL 1997) 5352.242-9000. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (ACCESS TO ROME RESEARCH SITE) (JAN 2008) applies to this acquisition. (a) The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, AFI 31-501, Personnel Security Program Management, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (g) In addition to the federal holidays identified in the Performance Work Statement, the AFRL Site Director may limit access due to emergency conditions. These events may include such things as inclement weather conditions, power outages, and/or other unexpected emergency situations. The Director will announce through public channels either delayed reporting or closure of RRS facilities due to emergency conditions. This announcement is made solely for safety and security purposes and to inform all personnel (Government and Contractor) of site closure/delayed reporting. The Director is not authorizing time off for contractor employees and is not authorizing payment for work not performed. Contractor's shall take all appropriate actions to notify their employee's of closure/delayed reporting and make alternate work/schedule arrangements, if necessary. The above applies to emergency situations only. Facilities will remain open for contractor personnel during unscheduled federal closures (e.g., National Day of Mourning) or other instances where Government employees are granted administrative leave in non-emergency situations. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. Point of Contact Janet Sheehan, Contract Specialist, Phone 315-330-2001, FAX, 315-330-7513, Email Janet.Sheehan@rl.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0018/listing.html)
- Record
- SN02199529-W 20100710/100708235108-642b8c138740fc037db7e1451ba65ef0 (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 |