MODIFICATION
63 -- Hugs Infant Protection System Maintenance - Amendment 1
- Notice Date
- 8/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W4AA2129A001-Hugs
- Archive Date
- 9/4/2012
- Point of Contact
- Angel Delgado, Phone: 907-552-5459, Derrick A Wade, Phone: 907-552-7573
- E-Mail Address
-
angel.delgado.1@us.af.mil, derrick.wade.1@us.af.mil
(angel.delgado.1@us.af.mil, derrick.wade.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions & Answers This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation Number: F1W4AA2129A001 Description: This solicitation is Brand Name for Stanley Healthcare Solutions. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 541519, Other Computer Related Services. The Small Business Size Standard is $25 Million. Medical Annual Service Maintenance & Updates: CLINS: Base Year 0001 4 Sep 12 thru 3 Sep 13 Option Year 1 1001 4 Sep 13 thru 3 Sep 14 Option Year 2 2001 4 Sep 14 thru 3 Sep 15 Option Year 3 3001 4 Sep 15 thru 3 Sep 16 Option Year 4 4001 4 Sep 16 thru 3 Sep 17 1. PERFORMANCE PERIOD: Effective 4 Sep 12 thru 3 Sep 13initial period and then annually, 4 Sep each year for 4option years. 2. WORK HOURS: During normal duty hours from 7:30 AM through 5:00 PM, Monday through Friday, except holidays observed at the Government installation. Additional work hours may be arranged on a case by case basis with Facility Management. 3. REQUIRED SERVICES: -Contractor shall provide all labor, materials, equipment, transportation, and tools to provide long term infant protection system service and maintenance support. -Provide annual software maintenance support and update to the latest software version. -Provide system database protection, one time per year. -Provide system data communication system performance analysis, one time per year. -Provide performance testing of the system local area receivers, one time per year. -Perform functional testing of the system exciters and magnetic locks, one time per year. - Provide diagnostic and trouble shooting of HUGS system errors via telephone, during normal duty hours. -Provide access to afterhours emergency phone support and after hour's emergency on site response. Cost of this service is in addition to the basic contract cost and can be executed with a Government Purchase Card (GPC). 4. FIRE AND SAFETY REQUIREMENTS: The contractor shall comply with Air Force, Federal, and State fire and safety regulations at all times while on government property. 5. UTILITIES: Reasonable amounts of water, electricity, and other available utilities will be furnished by the government at no cost to the contractor. The contractor shall safeguard the Government's utilities from damage. All temporary connections shall be the contractor's responsibility. The contractor shall promptly remove all temporary connections upon completion of work. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract Number (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by Monday, August 20, 2012 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; A1C Angel Delgado, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-5459, Fax (907) 552-7497, angel.delgado.1@us.af.mil and the Alternate; SFC Derrick Wade at derrick.wade.1@us.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (effective 18 May 2012), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120629 (effective 29 Jun 2012), and Air Force Acquisition Circular (AFAC) 2012-0330 (30 Mar 2012). The Following Provisions and/or Clauses apply to this acquisition: FAR Provision 52.212-1 Instructions to Offerors - Commercial Items (CI) (Feb 2012) FAR Provision 52.212-2 Evaluation - Commercial Items (Jun 2008). (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 factors shall be used to evaluate offers: 1. Technical Ability and Qualifications; 2. Price This will be a Lowest Price Technically Acceptable (LPTA) purchase. Technical acceptability - at a minimum - will consist of meeting all of the characteristics above. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) with Alternate I (Apr 2011). 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. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 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 2012) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50, Combating Trafficking in Persons (Feb 09) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18, Availability of Funds (Apr 1984) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) 252.225-7001, Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (May 2012) 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Questions may be submitted until 1300 hrs (1:00pm), Alaska Standard Time or 1700 hrs (5:00pm) Eastern Standard Time (EST), Friday, 3 August 2012. Submission may be made to Contract Specialist, Angel Delgado via email to angel.delgado.1@us.af.mil or phone at (907) 552-5459 and Derrick Wade via email to derrick.wade.1@us.af.mil or phone at (907) 552-7573. Questions must reference the solicitation number. All questions must be sent via email. No question will be answer via telephone. Due date, time and method of response: All quotes are due on or before 1200 hrs Alaska Standard Time or 1600 hrs (4:00 pm), Eastern Standard Time (EST), Monday, 20 August 2012. Electronic quotes are acceptable. Submission may be made via email to angel.delgado.1@us.af.mil and derrick.wade.1@us.af.mil or via facsimile at 907-552-7496, Attn: Angel Delgado & Derrick Wade. Quotes must reference the solicitation number. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations: A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. All referenced Federal Acquisition Regulation (FAR) and the clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Contracting Office Address: 673D Contracting Squadron/LGCC 10480 22nd Street, Suite 356, JBER, AK 99506 United States Place of Performance: 673 Medical Group Building 5955 JBER, AK 99506 United States Primary Point of Contact: Angel Delgado, Contracting Specialist angel.delgado.1@us.af.mil Phone: 907-552-5459 Alternate Point of Contact: Derrick Wade, Contracting Specialist derrick.wade.1@us.af.mil Phone: 907-552-7573
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W4AA2129A001-Hugs/listing.html)
- Place of Performance
- Address: 673 Medical Group, Building 5955, JBER, AK 99506, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02833546-W 20120811/120810001454-1382e1aef5a0bf068204ed35b074f254 (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 |