MODIFICATION
D -- Audio Visual and Video Teleconferencing (AV/VTC) maintenance in support of Military Surface Deployment and Distribution Command (SDDC) CONUS locations.
- Notice Date
- 8/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 1 Soldier Way, Scott AFB, IL 62225
- ZIP Code
- 62225
- Solicitation Number
- W81GYE1160G602
- Response Due
- 8/16/2012
- Archive Date
- 10/15/2012
- Point of Contact
- Daniel Woppert, 843-743-0408
- E-Mail Address
-
Surface Deployment and Distribution Command (SDDC)
(daniel.s.woppert.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- *DUE DATE FOR RESPONSES TO SUBJECT SOLICITATION ARE NOW DUE BY 1500 EST ON 16 AUGUST 2012. A REVISED PWS HAS BEEN SUBMITTED WITH THIS AMENDMENT. 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. Solicitation Number: W81GYE1160G602 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial services 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 is being issued as a Request for Proposal (RFP) and a firm-fixed price contract is contemplated. The solicitation ID number is W81GYE1160G602. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC) 2005-57, effective 7 March 2012. SET ASIDE TYPE & APPLICABLE NAICS: This action is RESTRICTED AND IS SET ASIDE 100% FOR SMALL BUSINESS. The applicable NAICS code for this effort is 811213 - Communication Equipment Repair and Maintenance. LINE ITEMS: Line Item 0001, VTC Maintenance - Base Year, Propose as Firm-Fixed-Price (FFP). To include PWS Paragraphs 5.1, 5.2 and 5.5. Line Item 0002, VTC Maintenance - Option Year 01, FFP. To include PWS Paragraphs 5.1, 5.2 and 5.5. Line Item 0003, VTC Maintenance - Option Year 02, FFP. To include PWS Paragraphs 5.1, 5.2 and 5.5. Line Item 0004, VTC Maintenance - Option Year 03, FFP. To include PWS Paragraphs 5.1, 5.2 and 5.5. Line item 0005_,Repairs and Replacement Parts, Base Year, Cost-Plus Fixed-Fee (CPFF). See PWS Paragraphs 5.3, 5.4 and 5.6.Line item 0006, Repairs and Replacement Parts, Option Year 01, CPFF. See PWS Paragraphs 5.3, 5.4 and 5.6. Line item 0007, Repairs and Replacement Parts, Option Year 02, CPFF. See PWS Paragraphs 5.3, 5.4 and 5.6. Line item 0008, Repairs and Replacement Parts, Option Year 03, CPFF. See PWS Paragraphs 5.3, 5.4 and 5.6. TECHNICAL REQUIREMENTS/SPECIFICATIONS: See "CONUS VTC Maintenance PWS" for the Performance Work Statement associated with this effort. SPECIAL REQUIREMENTS: N/A DELIVERY SCHEDULE/TERMS: Required Period of Performance: One (1) year base plus three (3) one-year options. Period of Performance (excluding available Option Years) for Base Year is 01 October 2012 - 31 September 2013. CLAUSES & PROVISIONS: The following clauses apply to this acquisition (the full text of FAR and DFARS references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, Central Contractor Registration 52.209-5, Certification Regarding Responsibility Matters* 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items* 52.212-4, Contract Terms and Conditions -- Commercial Items 52.219-1, Small Business Program Representations--Alternate I* 52.219-28, Post Award Small Business Program Representation* 52.229-4, Federal, State, and Local Taxes 52.232-23, Assignment of Claims 52.242-13, Bankruptcy 52.247-34, FOB Destination 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Central Contractor Registration (52.204-7)--Alternate A 252.204-7008, Export-Controlled Items 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation)* 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items* 252.225-7000, Buy American Act-Balance of Payments Program Certificate* 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments *NOTE Regarding Offerors Representations and Certifications. The Online Representations and Certifications Application (ORCA) is the preferred Government repository for contractor submitted representations and certifications required for the conduct of business with the Government. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the paper-based versions are also acceptable and shall be returned with the offer. 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following factors shall be used to evaluate offers: (i) FACTOR 1 - TECHNICAL CAPABILITY. In order for the offeror to be considered technically capable, the Government will make a determination by evaluating the following: (1) Ability of the offeror to provide ALL required items that meets the required capabilities/specifications AND (2) Ability of the offeror to meet the delivery schedule/terms as stated in the relevant section of this solicitation. Factor 1 Roll-up: Failure to meet any of these requirements shall render an "unacceptable" rating under this factor and the offeror will no longer be eligible for award. (iii) FACTOR 2 - PRICE. Price will be evaluated to determine if the offeror's proposed price is fair, reasonable, and balanced utilizing any one or a combination of the price analysis techniques identified in FAR 15.404-1(b)(2). (b) 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. [End of Provision 52.212-2] 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The additional FAR clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-6 Restrictions on Subcontractor Sales to the Government; _x_ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; _x_ 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; _x_ 52.211-6 Brand Name or Equal; _x_ 52.222-3 Convict Labor; _x_ 52.222-19 Child Labor Cooperation with Authorities and Remedies; _x_ 52.222-21 Prohibition of Segregated Facilities; _x_ 52.222-26 Equal Opportunity; _x_ 52.222-35 Equal Opportunity for Special Disabled Veterans; _x_ 52.222-36 Affirmative Action for Workers with Disabilities; _x_ 52.222-37 Employment Reports on Veterans; _x_ 52.222-40 Notification of Employee Rights; _x_ 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; _x_ 52.225-13 Restrictions on Certain Foreign Purchases; _x_ 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The additional DFARS clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-3 Gratuities; _x_ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; _x_ 252.225-7001 Buy American Act and Balance of Payments Program; _x_ 252.225-7012 Preference for Certain Domestic Commodities; _x_ 252.243-7002 Requests for Equitable Adjustment; _x_ 252.247-7022 Representation of Extent of Transportation by Sea*; _x_ 252.247-7023 Transportation of Supplies by Sea* 52.233-2 -- Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: ___Mr. William R. Henderson ___HQ SDDC Acquisition Center ___1 Soldier Way, Bldg 1900W ___Scott AFB IL 62225 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) CONTACT INFORMATION: Questions concerning this RFP should be emailed to Daniel S. Woppert at Daniel.s.woppert.civ@mail.mil. Question Submission Deadline:31 -July-2012 (Tuesday),3:00 PM EST OFFER SUBMISSION INFORMATION: Due Date / Time: 07-August-2012 (Tuesday), 3:00 PM EST Place: Submit offers electronically via email to daniel.s.woppert.civ@mail.mil Format: No specific formatting required __END OF SOLICITATION__ Additional Info: N/A Contracting Office Address: Surface Deployment and Distribution Command (SDDC), ATTN: 1050 REMOUNT ROAD, BUILDING 3102, NORTH CHARLESTON, SC 29405 Place of Performance/Delivery: Required location(s) can be found in subject PWS. Point of Contact(s): DANIEL S. WOPPERT, DANIEL.S.WOPPERT.CIV@MAIL.MIL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/181181e506239dfc443584008cf9f2aa)
- Place of Performance
- Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 1 Soldier Way Scott AFB IL
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02830305-W 20120809/120808001151-181181e506239dfc443584008cf9f2aa (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 |