Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2012 FBO #3702
SOLICITATION NOTICE

D -- Integrated Pest Management Information System - Attached Docs

Notice Date
1/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
F4ATA41318A001
 
Archive Date
2/7/2012
 
Point of Contact
Stephen C Cooper, Phone: 8502836575, Don Illich, Phone: 8502836605
 
E-Mail Address
stephen.cooper@tyndall.af.mil, donald.illich@tyndall.af.mil
(stephen.cooper@tyndall.af.mil, donald.illich@tyndall.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
PWS Wage Determination for Tyndall AFB. Contractor shall use Wage Determination for area that they plan on preforming service. SUBJECT: Request for Proposal - Integrated Pest Management Information System (IPMIS) 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. The solicitation number for this RFP is F4ATA41318A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55 January 3, 2012. This requirement is being set aside for woman owned small businesses. The NAICS code is 518210 and the size standard is $25,000,000. The line items required are as follows: 0001 IPMIS Support 12 Months 0002 IPMIS Support (Option Year 1) 12 Months 0003 IPMIS Support (Option Year 2) 12 Months 0004 IPMIS Support (Option Year 3) 12 Months 0005 IPMIS Support (Option Year 4) 12 Months This RFP is requesting a Firm Fixed Price (FFP) proposal for IMPIS support in accordance with the attached Performance Work Statement (PWS) dated 9 January 2012. The current database and website can be found at http://www.envirosoftinc.com/ipmis.html. The Period of Performance for this requirement is a base year with four, one year options. The estimated start of period of performance is 1 February 2012. The following clauses and provisions apply to this requirement: FAR 52.209-5 Certification Regarding Responsibility Matters (Apr 2010) FAR 52.209-7 Information Regarding Responsibility Matters (Jan 2011) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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 factor shall be used to evaluate offers: Technical Approach/Management Capability Proposals will be evaluated on a Lowest Price Technically Acceptable basis in accordance with FAR 15.101-2. (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2012) The following 52.212-5(b) paragraphs apply: 1, 4, 6, 12, 14, 15iii, 17, 23, 24, 26, 27, 28, 29, 30, 31, 32, 33, 38, 42, 47, and 50. The following 52.212-5(c) paragraphs apply: 1, 2, and 3. DFARS 252.212-7001to include paragraphs: (b)(1), (b)(2), (b)(3), (b)(4), (b)(6)(i), (b)(22), (b)(23), and (b)(26). 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Contractors shall address all contractor assumptions and proposed exceptions to the Contracting Officer through the Questions and Answers process prior to proposal submission. Questions shall be submitted no later than 1300 CST, 16 January 2012. Questions received after that time may not be answered. Proposals are due NLT 1200 CST, 23 January 2012. Contractors' proposals shall be valid for 60 days after proposal due date. Please provide an electronic copy of your proposal, via e-mail transmission to stephen.cooper@tyndall.af.mil, sidney.crawford@tyndall.af.mil, and donald.illich@tyndall.af.mil. Should you have any questions, please contact SrA Chase Cooper, Contract Specialist, at 850-283-6575. Attachments: 1. PWS dated 9 January 2012 2. Example Wage Determination (contractors will use wage determinations for their local areas)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2893b62df3b0ab680d874ea3a8dc839a)
 
Place of Performance
Address: 139 Barnes Dr Suite 1, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02652960-W 20120113/120111235147-2893b62df3b0ab680d874ea3a8dc839a (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.