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

J -- TV Maintenance - PWS

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC0022
 
Archive Date
10/5/2010
 
Point of Contact
Wanda L. Smith, Phone: (210) 671-2851, Susan R. Arnold, Phone: (210) 671-0929
 
E-Mail Address
wanda.smith.4@us.af.mil, susan.arnold@us.af.mil
(wanda.smith.4@us.af.mil, susan.arnold@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination PWS This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43 and DFARS Change Notice 20100908. The North American Industry Classification System (NAICS) code is 811211 and the size standard is $7,000.000. Solicitation number FA3047-11-TC0022 is issued as a request for quotation (RFQ). See Performance Work Statement attached. Contract Line Item Numbers (CLINs) for this solicitation are as follows: Wage determination # 2005-2521, Revision 11, dated 28 June 2010 is applicable. Base Year 1 Oct 2010 - 30 Sep 2011 CLIN 0001 Initial Service Call and First Hour 200 EA Unit Price_____ Total: _______ CLIN 0002 Install, Relocate, Repair, and Calibration 800 Hrs Unit Price_____ Total: ______ CLIN 0003 Service After Duty Hours 120 Hrs Unit Price_____Total: ______ CLIN 0004 Reimbursement for Parts 1 Lo Unit Price NTE Total:$12,250. First Option Year 1 Oct 2011 - 30 Sep 2012 CLIN 1001 Initial Service Call and First Hour 200 EA Unit Price_____ Total: _______ CLIN 1002 Install, Relocate, Repair, and Calibration 800 Hrs Unit Price_____ Total: ______ CLIN 1003 Service After Duty Hours 120 Hrs Unit Price_____Total: ______ CLIN 1004 Reimbursement for Parts 1 Lo Unit Price NTE Total:$12,250. Second Option Year 1 Oct 2012 - 30 Sep 2013 CLIN 2001 Initial Service Call and First Hour 200 EA Unit Price_____ Total: _______ CLIN 2002 Install, Relocate, Repair, and Calibration 800 Hrs Unit Price_____ Total: ______ CLIN 2003 Service After Duty Hours 120 Hrs Unit Price_____Total: ______ CLIN 2004 Reimbursement for Parts 1 Lo Unit Price NTE Total:$12,250. Third Option Year, 1 Oct 2013 - 30 Sep 2014 CLIN 3001 Initial Service Call and First Hour 200 EA Unit Price_____ Total: _______ CLIN 3002 Install, Relocate, Repair, and Calibration 800 Hrs Unit Price_____ Total: ______ CLIN 3003 Service After Duty Hours 120 Hrs Unit Price_____Total: ______ CLIN 3004 Reimbursement for Parts 1 Lo Unit Price NTE Total:$12,250. Fourth Option Year 1 Oct 2014 - 30 Sep 2015 CLIN 4001 Initial Service Call and First Hour 200 EA Unit Price_____ Total: _______ CLIN 4002 Install, Relocate, Repair, and Calibration 800 Hrs Unit Price_____ Total: ______ CLIN 4003 Service After Duty Hours 120 Hrs Unit Price_____Total: ______ CLIN 4004 Reimbursement for Parts 1 Lo Unit Price NTE Total:$12,250. The following salient characteristics apply: Must provide television support and maintenance service Must provide all labor, transportation, tools, test equipment, and other equipment, materials and off-site repair facilities Must work on analog, digital, closed circuit, master cable television systems Maintain approximately 200 televisions from 5" to 56" which are analog, plasma, and HD of various brands and ages Not limited to installing, programming, relocating, testing's, calibrating, inventory, and replacing related equipment. Televisions included but not limited to satellite dish, UHF-VHF Master Antennas, televisions DVD/VCR, head end equipment, support shelves/brackets/swing arm, camera, monitor, amplifier, switcher, splitter, cabling wall jacks and remote controls, etc. FOB: Destination for delivery Wilford Hall Medical Center/San Antonio Military Medical Center South (SAMMC), 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of offers. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate offers: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. (3) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-1 - Alt 1, Small Business Program Representations FAR 52.219-6 - Notice of Small Business Set-Aside FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-41 Service Contract Act FAR 52-222-42 - Statement of Equivalent Rates for Federal Hires. 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 Monetary Wage -- Fringe Benefits GS-2604-12, Electronic Mechanic FAR 52.222-50 - Combating Trafficking in Persons FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-6 - Authorized Deviations in Clauses fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) DFARS 252.204-7003 - Control of Government Work Product, DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. Written offers are due no later than 20 September 2010, 8:00 a.m. Central Standard Time (CST). Offers must be mailed to POC: Wanda Smith at 802 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, or emailed to wanda.smith.4@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f). 2 Attachments 1. Performance Work Statement 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC0022/listing.html)
 
Place of Performance
Address: 2200 Bergquist Drive, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02284962-W 20100918/100916235954-d30266dd16e3511957e8f2014e861be8 (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.