SOLICITATION NOTICE
D -- Telephone Security Services - Performance Statement of Work
- Notice Date
- 10/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-12-Q-0002
- Archive Date
- 11/11/2011
- Point of Contact
- Randy J Powell, Phone: 269-961-7110
- E-Mail Address
-
Randy.Powell@dla.mil
(Randy.Powell@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued. This is issued as a Request for Quote (RFQ) SP4707-12-Q-0002 This RFQ is for an offeror to provide the services listed below to the HDI Federal Center in Battle Creek, MI. Point of Contact: Contracting Officer, Randy Powell, Telephone 269-961-7110, email: randy.powell@dla.mil. CLIN DESCRIPTION QTY DLIS Telephony Security Service Base period 0001 Project and Configuration Management IAW Section 6.1 12 MO of the PWS 0002 Security System Problem Report Resolution 12 MO IAW Section 6.2 of the PWS 0003 Compiling Services IAW Section 6.3 of the PWS 10 EA 1st Option Period 0004 Project and Configuration Management IAW Section 6.1 12 MO of the PWS 0005 Security System Problem Report Resolution 12 MO IAW Section 6.2 of the PWS 0006 Compiling Services IAW Section 6.3 of the PWS 10 EA 2nd Option Period 0007 Project and Configuration Management IAW Section 6.1 12 MO of the PWS 0008 Security System Problem Report Resolution 12 MO IAW Section 6.2 of the PWS 0009 Compiling Services IAW Section 6.3 of the PWS 10 EA Total of all periods (Base, 1st Option, 2nd Option) Periods of performance: 1 year from date of award NAICS code is 541519 and the size standard is $25,000,000 or 150 employees. The resulting contract or order will be firm-fixed price. Place of performance is: DLA Logistics Information Services, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084 The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. Offerors who meet the requirements of the PWS will be technically acceptable. In addition to pricing, offeror must provide a plan that indicates how the offeror will meet the requirements of the Statement of Work Offerors whose quotes are deemed to be technically unacceptable shall receive no further consideration and will not be eligible for award. Only the Base Period will be initially funded. If exercised, the option periods will be issued via separate purchase orders. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Contract Terms and Conditions - Commercial Items FAR 52.212-4 (Mar 2009) Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items FAR 52.212-5 (June 2009) In paragraph (b) the following clauses apply: (b) (X) (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (X) (19) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (22) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (X) (23) 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) (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (X) (25) 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) (38) 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Jan 2009) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (X) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) In paragraph (b) the following clauses apply: (b) (x) (1) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (Jan 2009) 52.204-10 Reporting Executive Compensation and First Tier Subcontracting Awards (July 2010) 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days of the base or option period expiring. 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days 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 36 months. 52.233-18 Contractor Policy to Ban Text Messaging While Driving (Sep 10) Offers are due 4:30p.m. (EST), 27 Oct 2011. Offers may be submitted by e-mail to Randy.powell@dla.mil, or by FAX (269) 961-4226
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e67eeb84baa60be7488e5416fbbeee49)
- Place of Performance
- Address: HDI Federal Center, 74 N. Washington Ave, Battle Creek, Michigan, 49037-3084, United States
- Zip Code: 49037-3084
- Zip Code: 49037-3084
- Record
- SN02610940-W 20111023/111021234045-e67eeb84baa60be7488e5416fbbeee49 (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 |