Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
SOLICITATION NOTICE

R -- Night Monitor - Package #1

Notice Date
11/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3562285A901
 
Point of Contact
Benjamin Godfrey, Phone: 2406125663
 
E-Mail Address
benjamin.godfrey@afncr.af.mil
(benjamin.godfrey@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work 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 will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is F1D3562285A901. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61, Defense Acquisition Circular (DAC) DPN20120906, and Air Force Acquistion Circular (AFAC) 2012-0330. This requirement is set aside 100% for small business. The North American Industry Classification System code is 561210, with a business size standard of $35.5 million. CONTRACT LINE ITEM NUMBERS: 0001: Night Monitor Services in accordance with the attached Performance Work Statement (PWS). Period of performance shall be 12 months beginning 01 Jan 2013 thru 31 December 2013, with four (4) option years. Only written responses will be considered. Basis for award is best value to the government. 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 II. Price Technical Capability will be evaluated on an acceptable or unacceptable basis. Award will be made based on an integrated assessment of the Evaluation Factors. Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Oct 2010) or be registered with ORCA at http://orca.bpn.gov/, DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Dec 2009) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Jun 2008), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010), is incorporated into this RFQ. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Oct 2010) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.222-3, Convict Labor (June 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), 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.204-99, System for Award Management Registration (August 2012) (DEVIATION); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Aug 2012). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses (Apr 1984). The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2010) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 52.203-3 Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Programs (Jun 2009); 252.232-7003, Electronic Submission of Payment Request (Mar 2008); 252.247-7023, Transportation of Supplies by Sea (MAY 2002), Alternate III (MAY 2002). DFARS 252.204-7004 Alternate A (Sep 2007) and DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) are also applicable. In addition, vendors not registered with SAM (System for Award Management) are ineligible for award. Vendors may register at http://www.sam.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://sam.gov/. All offers must be received no later than 14 December 2012, 12:00 p.m. Eastern Standard Time(EST) and must be able to respond to the information contained herein. Offers are to be emailed to benjamin.godfrey@afncr.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than 28 November 2012, 12:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3562285A901/listing.html)
 
Place of Performance
Address: JB Anacostia-Bolling, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02931470-W 20121117/121115234742-e4228efcd385194e023faccb72ff0bf7 (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.