MODIFICATION
70 -- Access System Upgrade - Solicitation 1
- Notice Date
- 9/10/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- 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
- FA8751-11-R-0020
- Archive Date
- 10/5/2011
- Point of Contact
- Terry L. Rigabar, Phone: 315-330-2949
- E-Mail Address
-
Terry.Rigabar@rl.af.mil
(Terry.Rigabar@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-11-R-0020 Requiremet Description (amended) dated 10 Sep 2011 --- AMENDMENT 02 dated 10 Sep 2011: Requirement Description dated 22 Aug 2011 is replaced by Requirement Description dated 10 Sep 2011 in order to remove installation. Offerors are requested to provide a price for materials only. All other terms and conditions remain the same. --- --- AMENDMENT 01 dated 23 Aug 2011: an administrative correction is made to FAR 52.212-1(b). All other terms and conditions remain the same. --- 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 any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-R-0020 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) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total Small Business set-aside under NAICS code 334119 and small business size standard of 1,000. The contractor shall provide the items in the attached Requirement Description on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB Destination in the total price. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is within 45 days After Receipt of Order (ARO). The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 120 Electronic Pkwy, Rome NY, 13441-4516. 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 PM (ET) TUE 20 SEP 2011. Submit to: AFRL/RIKO, Attn: Terry Rigabar, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to terry.rigabar@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. Offerors are notified that the Government may revise the response date of this solicitation by decreasing the amount of time it is open if multiple competitive proposals are received prior to the response date. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) Submit past performance information for contracts completed successfully within the last 3 years that are similar in magnitude and scope to the work described in this notice. Include reference name, telephone number, and email address, as well as a brief description of the contract effort. (b)(11) As applicable, include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause applies to certain items with unit price greater than or equal to $5,000. (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 four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL CAPABILITY, and (iii) PAST PERFORMANCE. The Technical Capability factor evaluation will include compatibility with the existing system, new system functionality, and offeror's authorization / certification status to provide the proposed system. When combined, Technical Capability and Past Performance are significantly more important than Price. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) and ALT I (APR 2011) 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 (JUN 2010) applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (AUG 2011), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011) 52.219-6, Notice of Total Small Business Aside (Jun 2003) Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.227-7015, Technical Data--Commercial Items (Mar 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6, Brand Name or Equal (AUG 1999) 52.232-18, Availability of Funds (APR 1984) 52.247-34, FOB Destination (NOV 1991) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (JUN 2011) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, Ombudsman (APR 2010). The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 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 DFARS 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-R-0020/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02571238-W 20110912/110910233832-24203e370055ffe983a9d61bf0e3936b (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 |