Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOLICITATION NOTICE

J -- Maintenance and Repair of Siemens Equipment - RFQ Attachments

Notice Date
10/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3CP2223A001
 
Archive Date
11/20/2012
 
Point of Contact
Amy Burke, Phone: 302-677-3744, Andre Lopez, Phone: 302-677-5220
 
E-Mail Address
amy.burke.2@us.af.mil, andre.lopez.1@us.af.mil
(amy.burke.2@us.af.mil, andre.lopez.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment List Statement of Work This is a combined synopsis and 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 will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 and DFARS Change Notice 20120906. North American Industry Classification System Code (NAICS) 811213 size standard $10,000,000. Reference number F1Q3CP2223A001 is issued as a request for quotation (RFQ). IAW FAR 252.204-99, Contractors shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3 Alt I, Offeror Representations and Certification -- Commercial Items at SAM website, http://www.sam.gov. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Use of the basic system is at NO COST to the contractor and training is available at http://www.wawftraining.com. Description of requirement: 0001 Non-personal service contract for maintenance and repairs of Siemens equipment items located at the Command Post, bldg 302, Dover AFB, DE; IAW Statement of Work, Attachment 1 and Equipment List, Attachment 2. Siemens Openscale Total Care Plan or equal. Period of performance will be 12 months from date of award. Notes: 1. WD 05-2097 (Rev. 14) dated 6/13/2012 is applicable to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. FOB: Destination for delivery to 436 AW/CP, Building 302, Dover AFB, DE 19902. The following provisions and clauses apply to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management (DEVIATION) FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation - Commercial Items. The following factors shall be used to evaluate quotes: (1) Price - Lowest Price Technically Acceptable. An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability for non-cost standards. (2) Technical - the capability of the services being offered to satisfy the requirements of the Statement of Work (SOW). The offeror shall provide with his/her offer sufficient documentation addressing the requirements of the SOW. This documentation must be adequate to enable the Government to reasonably evaluate the offeror's ability to successfully perform the requirements of the SOW. Only firm-fixed price offers will be evaluated. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. No partial proposals or proposals without specifications will be accepted. Non-conformance with this requirement may result in the offerors proposal being determined unacceptable. FAR 52.212-3 Alt I, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-28, Post-Award Small Business Program Representation 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 52.222-22, Previous Contract and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates of Hire Employee Class Monetary Wage -- Fringe Benefits 23931 Telecommunications Mechanic I (WG-10) $25.75 + 36.25% FAR 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-15, Stop Work Order FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.232-7003, Electronic Submission of Payment Requests, and DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea, Alt III AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregg.oneal@us.af.mil.] Concerns, 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 (703) 588-7004, fax (703) 588-1067. Written quotes must be received no later than 5 November 2012 at 12:00 pm EST. Prefer quotes to be e-mailed to amy.burke.2@us.af.mil; alternately, fax quotes to (302) 677-2309. If you have questions, please contact Amy Burke via email or telephone (302) 677-3744. Alternately, you may contact TSgt Andre Lopez at (302) 677-5042.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3CP2223A001/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02919503-W 20121027/121025234306-79c16955da78619717d707e59dc9fbe2 (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.