Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

R -- Automated Injury Log

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2107 17th Street Suite 202, Fort Sam Houston, Texas, 78234, United States
 
ZIP Code
78234
 
Solicitation Number
0010062915
 
Archive Date
8/27/2011
 
Point of Contact
Karon Martin, Phone: 2102215016
 
E-Mail Address
karon.g.martin.civ@mail.mil
(karon.g.martin.civ@mail.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 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 requirement is being solicited as a 100% Small Business Set aside. The NAICS Code for this requirement is 518210, with a size standard of $25M. Solicitation number 0010062915 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-49 effective 24 January 2011. The Government intends to award one contract for OSHA 300 Log support at Fort Sam Houston, Texas. A Performance Work Statement is attached. This requirement is for one year with 4 option years included. This is a performance base requirement and will be awarded as a Firm Fixed Price contract. The award will be given to the lowest Price Technically Acceptable (LPTA). Include the unit price and the extended price for all CLINs ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Example OSHA LOGs for 155 Locations x 12 Months x $155.00 = $1,860.00 0001 1001 2001 3001 4001 CLIN0001 Automated Injury Log, Base year CLIN1001 Automated Injury Log, First Option year CLIN2001 Automated Injury Log, Second Option year CLIN3001 Automated Injury Log, Third Option year CLIN4001 Automated Injury Log, Fourth Option year NOTE 1: This pricing supports the above example. 155 locations per month x $1.00 per location = $155 per month x 12 = $1,860.00 NOTE 2: The contractor will bill monthly for services and may only invoice for actual sites supported. The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33 FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.222-41, Service Contract Act of 1965 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 and provisions incorporated by reference. Clauses and provisions may be accessed in full text at https://farsite.hill.af.mil/ FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFARS 252.204-7004 Alt 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, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsman All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items: 1. Solicitation Questions: Questions will be accepted until Noon, Monday, 8 August 2011. Answers to questions will be made accessible to all potential offerors. Questions shall be in writing and sent via e-mail to: karon.g.martin.civ@mail.com. 2. Basis of Award: A single award shall be made to the responsible, responsive offeror who meets all solicitation requirements at the lowest total price technically acceptable for all line items. 3. Quote Requirements: Quotes must include unit and extended price for CLINs 0001 - 4001. All required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than Friday, 12 August 2011 at Noon Central Time. Quotes shall be e-mailed to karon.g.martin.civ@mail.mil or faxed to (210) 808-6143 ATTN: Karon Martin ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfe57b9429456ba6e5c82b909369be3c)
 
Place of Performance
Address: Web based program., Multiple sites are supported., Primary Customer is located at Fort Sam Houston Texas, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02516889-W 20110803/110801234957-bfe57b9429456ba6e5c82b909369be3c (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.