Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
MODIFICATION

70 -- VTC Refresh - Pictures - Q&A - Site-Visit attendees

Notice Date
8/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUj02187AC02
 
Archive Date
9/30/2012
 
Point of Contact
Brandon M. Carey, Phone: 8138280485
 
E-Mail Address
brandon.carey@us.af.mil
(brandon.carey@us.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
List of site-visit attendees. List of questions and answers from site visit. Pictures of several of the rooms and equipment in place. This is a combined synopsis/solicitation for a commercial supply and/or service 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 will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ02187AC02. This acquisition is a 100% Economically Disadvantaged Woman Owned Small Business Set-Aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT : VTC System Refresh CLIN 0001 - (1 Lot) All equipment needed to complete updates to the VTC systems in 16 rooms, 13 without streaming capability and 3 with streaming capability. The equipment is brand name or equal. Any equipment quoted MUST work with current equipment, see attached Existing Equipment list for items currently in place that new system must function with. If providing or equal equipment, you must show proof that equipment will work with the existing equipment. Must also provide electronic copy of software codes for all touch panel system and code files for the control system. See attached product lists for requested parts of both streaming and non streaming rooms. CLIN 0002 - (1 Lot) All labor necessary to complete the installation for all 17 rooms. See attached Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012, DFAR DPN 20120629, and AFFAR AFAC 2012-0330. The North American Industry Classification System code (NAICS) is 541519, Other Computer Related Services (SIC) is 3651. A firm fixed price contract will be awarded. All interested parties must bid on all items. Failure to bid on all items will result in your offer being non-responsive. BASIS FOR AWARD: 52.212-2: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 factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement;Must provide detailed proposal explaining how you will meet the requirements, all equipment you will be providing and include a detailed schedule (ii) price; Must provide price breakout for all equipment and all labor to include labor categories and hourly rates (iii) past performance (see FAR 15.304); Must include 3 to 5 recent and relevant references (recent = work performed within the last 3 years; relevant = work similar in size and scope to this effort) Technical and past performance, when combined, are ____more important______ when compared to price. (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. (End of Provision) DELIVERY DESCRIPTION : Delivery/Installation and schedule shall be coordinated with POC at USSOCOM upon award. PROVISIONS/CLAUSES : The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.219-8 Utilization of Small Business Concerns; 52.219-14. Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-54 Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (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 ombudsmen Mr. Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance [List each Class I ODS, its applications or use and the approved quantities for use throughout the length of the contract. If "None," so state.] (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Site Visit : There will be a site visit on August 7, 2012 at 9:00 AM. Attendance is highly encouraged. All interested attendees contact SSgt Brandon Carey at (813)828-0485 brandon.carey@us.af.mil. You must contact SSgt Carey NO LATER THAN MONDAY AUGUST 6, 2012 AT 9AM. TWO INDIVIDUALS PER COMPANY MAY ATTEND. YOU MUST SUBMIT TO SSGT CAREY YOUR NAME, DL#, BIRTHDAY, SS# AND WHAT COMPANY YOU ARE WITH. PLEASE REMEMBER THIS ACQUISITION IS 100% SET-ASIDE FOR ECONOMICALLY DISADVANTAGED WOMAN-OWNED SMALL BUSINESSES. Q&A DEADLINE: All questions and answers must be submitted by 16 August 2012 3:00 p.m. EST. All questions and answers will be posted no later than 17 August 2012 by 4:00 p.m. EST. DEADLINE : Offers are due on Tuesday, 21 August 2012, by 12:00 p.m. EST. Submit offers or questions to the attention of SSgt Brandon Carey, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to brandon.carey@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUj02187AC02/listing.html)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02836786-W 20120815/120813235839-b33f6693adef68a19c5e4882955db4d4 (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.