Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2010 FBO #3220
SOLICITATION NOTICE

D -- Audio Visual/Visual Information/Video Teleconference System Support

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0350
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
Mary L. Hudson, 719-526-8449
 
E-Mail Address
Fort Carson DOC
(mary.l.hudson@us.army.mil)
 
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. This is a combined synopsis/solicitation for commercial service 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-10-T-0350. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective 02 August 2010. Fort Carson intends to award a Firm-Fixed-Price Purchase Order for Audio Visual/Visual Information/Video Teleconference System Support. This requirement is set aside for Small Businesses. The North American Industrial Classification System (NAICS) code for this procurement is 811212, standard size $25 million. This solicitation will end on 23 September 2010, 11:00 a.m. Mountain Daylight Time. The Contractor shall propose pricing in accordance with the attached Performance Work Statement and the ability to begin performance on 30 September 2010. Performance will be conducted at 6105 Wetzel Ave, Bldg 1435, Fort Carson, CO 80913. Period of Performance is 30 September 2010 through 29 September 2011. CLIN 0001 Audio Visual/Visual Information/Video Teleconference System Support. Pricing should be in accordance with the attached performance work statement and the ability to begin performance on 30 September 2010. Total Price:____________________ CLIN 0002 Contractor Manpower Reporting. 1 Each. Unite Price:_________________________ Total Price:____________________ The following provisions and clauses will be included in the contract and may be viewed at http://farsite.hill.af.mil/. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, dated 02 August 2010. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: The following FAR Clauses incorporated into 52.212-5 applies: 52.203-3 (Gratuities), 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Small Business Set-aside), 52.219-8 (Utilization of Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-18 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-41 (Service Contract Act of 1965), 52.222-43 (Fair Labor Standards Act and Service Contract Act Price Adjustment), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.228-5 (Insurance Work on a Government Installation), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.252-2 (Clauses Incorporated by Reference). 52.228-5 (Insurance Work on Government Installation), 52.237-2 (Protection of Government Buildings and Equipment), 52.252-1 (Solicitation Provision Incorporated by Reference). The following DFARS Clauses applies: 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Sea Transportation), 252.201-7000 (Contracting Officers Representation ), 252.204-7009 (Disclosure of Information). ADDENDUM TO 52.222-41. Department of Labor Wage Determination #05-2079, Rev. 11, dated 15 June 2010 is incorporated into this award and is available at http://www.wdol.gov. FAR 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). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Salary 13110 - Video Teleconference Technician $17.94 Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall also submit their quote on company letterhead, by the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified). The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The Government will award a 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. The following factors shall be used to evaluate offers: technically acceptable low price in accordance with the performance work statement, ability to start performance on 30 September 2010 and past performance. Offerors must include in their quote detailed information clearly showing their ability to perform in accordance with the statement of work and three past performance references. The past performance references should be contracts within the last three (3) years, for which the offeror has performed similar or like services. The past performance references should include the companys name, a point of contact, telephone number and email address. The Government intends to evaluate offers and make award to the best value offeror without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. To register, contractors may call 1-888-227-2423 or access the CCR web site at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). Contractors may register for WAWF at https://wawf.ef.mil/index.html. Quotes may be emailed to Mary L. Hudson at mary.l.hudson@us.army.mil. Quotes must be received by the previously specified point-of-contact by the solicitation closing date shown above. An official authorized to bind the quoting organization shall sign the quote. Questions concerning this solicitation should be addressed to Mary Hudson, Contract Specialist, and e-mailed to mary.l.hudson@us.army.mil. All questions or inquires must be submitted in writing no later than 20 September 2010, 12:00 p.m. Mountain Daylight Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3fbec8b410bd795c4d293d4194d6ff0)
 
Place of Performance
Address: 4th ID C2F 6105 Wetzel Avenue, BLDG. 1435 Fort Carson CO
Zip Code: 80913
 
Record
SN02284378-W 20100918/100916235447-c3fbec8b410bd795c4d293d4194d6ff0 (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.