MODIFICATION
63 -- Monaco Tone Alert Over LMR
- Notice Date
- 3/10/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA4659-16-Q-0010
- Archive Date
- 4/1/2016
- Point of Contact
- D. Scott Haas, Phone: 7017475285, Elizabeth A. Squires, Phone: 701-747-5281
- E-Mail Address
-
Darrell.Haas.2@us.af.mil, Elizabeth.Squires@us.af.mil
(Darrell.Haas.2@us.af.mil, Elizabeth.Squires@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTENTION, THIS AN AMEND MENT TO CHANGE THE CLOSING DATE OF THE RFQ New closing Date is 4:00 P.M. (CST), 31 March 2016 This is a combined synopsis/solicitation for a sole source acquisition prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg. 418, Grand Forks AFB, ND 58205 intends to acquire the following items in accordance with the performance work statement ((PWS), see attachment): PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY UNIT PRICE TOTAL 0001 0002 0003 0004 0005 Monaco tone alert using back panel Defense Information Assurance Certification and Accreditation process (DIACAP). Fire management system. Defense Information Assurance Certification and Accreditation process (DIACAP). Fire management system. Installation and training. Monaco D-21 Tone over Land Mobile Radio (LMR) Monaco D-21 Tone over Land Mobile Radio (LMR) installation and training. 1 EA 1 EA 1 EA 1 EA 1 EA $ $ $ $ $ $ $ $ $ $ EXTENDED TOTAL: $ DELIVERY TIME (days ARO): This acquisition is an unrestricted solicitation. GFAFB intends on awarding a sole source award to Monaco (see attached justification). The solicitation reference number is FA4659-16-Q-0010 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. The NAICS code for the acquisition is 334290 and the size standard is 750 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor ; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-3, FAR 52.233-4, Applicable Law for Breach of Contract Claim; Protest After Award; FAR 52.242-15, Stop Work Order; FAR 52.252-6, Authorized Deviations in Clauses ; FAR FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must submit a completed copy of their annual representations and certificates or complete the annual representations and certifications electronically on the System for Award Management website at http://sam.gov. FAR 52.212-2, Evaluation Commercial Items. Lowest Price Technically Acceptable that represents best overall value to the Government. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2014) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-52 -- Exemption From Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. As prescribed in 22.1006 (e)(3), insert the following provision: Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--Certification (May 2014) (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4 (d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Labor Standards clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the System For Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7001, Buy American Act and Balance Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003, Control of Government Personnel work product; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on contract payments; DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report; 252.247-7023 Transportation of Supplies by Sea; DFARS 252.204-7006, Billing Instructions. 5352.201-9101 Ombudsman. OMBUDSMAN (APR 2014) (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 or AFISRA ombudsmen, Mr. Gregory S. Oneal, AFICA/KM (OL-AMC), 507 Symington Drive, Scott AFB IL 62225-5022, 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 or ARISRA 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) Quotes must be sent in writing, by fax, or via e-mail to the Purchasing Agent, Scott Haas, no later than 4:00 P.M. (CST) on 31 March 2016 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND 58201 ATTN: Scott Haas. For more information email: Darrell.Haas.2@us.af.mil or call at # 701-747-5285. Fax # 701-747-4215. The alternate POC for this requirement is Elizabeth A. Squires at #701-747-5281, or Elizabeth.Squires@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fca548cad6abb50327a7751fb3df0265)
- Place of Performance
- Address: Fire Station, Grand Forks AFB, ND, Grand Forks AFB, North Dakota, 58205, United States
- Zip Code: 58205
- Zip Code: 58205
- Record
- SN04046860-W 20160312/160311000127-fca548cad6abb50327a7751fb3df0265 (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 |