SOLICITATION NOTICE
58 -- Trunked Land Mobile Radio Analysis and Repair - RFQ
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3C32209AC01
- Archive Date
- 9/27/2012
- Point of Contact
- Terrell Phillips, Phone: 6624347766
- E-Mail Address
-
terrell.phillips@columbus.af.mil
(terrell.phillips@columbus.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (RFQ) Request for Quote, (SOO) Statement of Objectives, Wage Determination This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3C32209AC01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 811213, and the small business size standard is $10 Million. Columbus Air Force Base has a need for (1) non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to analyze and repair the Trunked Land Mobile Radio (TLMR) tower in accordance with the attached Statement of Objectives (SOO). Required date of delivery/performance: 24 September 2012. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. 52.213-3 Notice to Supplier. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Telecommunications Mechanic II at a rate of $25.93. Wage Determination number: 2005-2295, Revision 14, dated 13 Jun 12 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. Award will be based on the best value to the Government in terms of price and technical acceptability. Technical acceptability will be evaluated based on the following: submission of a complete RFQ, submission of a PWS that clearly demonstrates contractors understanding of the Government's requirement, and does not only restate or rephrase the information in the SOO. Contractors will be responsible for filling out the attached RFQ sheet and submitting the RFQ sheet via email to the Contract Specialist on or before the close date/time of the RFQ. Contact Terrell Phillips, Contracting Specialist, telephone (662) 434-7766 or e-mail: terrell.phillips@columbus.af.mil regarding any questions about this solicitation. All offers must be submitted by email to the Contracting Specialist no later than 12 Sep 2012 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3C32209AC01/listing.html)
- Place of Performance
- Address: Columbus Air Force Base Base Network Control Center., Columbus, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN02844629-W 20120819/120817235713-fd3c0da27f04bfaf1487d3a8e5ce11ac (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 |