Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

99 -- AUDIO VISUAL MAINTENANCE SERVICES - STATEMENT OF WORK

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4917, United States
 
ZIP Code
30069-4917
 
Solicitation Number
FA670316T0022
 
Archive Date
9/30/2016
 
Point of Contact
Elizabeth A Whitehead, Phone: 6786553411, Patrina Sheffield, Phone: 678-655-5778
 
E-Mail Address
elizabeth.autrey.1@us.af.mil, patrina.sheffield@us.af.mil
(elizabeth.autrey.1@us.af.mil, patrina.sheffield@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION WAGE DETERMINATION This is a combined synopsis/solicitation for services 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. The solicitation number for this procurement is FA6703-16-T-0022 and is a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20160811, and Air Force Acquisition Circular (AFAC) 2016-0603. This is a 100% Total Small Business Set-Aside in accordance with FAR Part 19.5. The North American Industry Classification System (NAICS) is 811213, Communication Equipment Repair & Maintenance, with a Small Business Size Standard of $11.0M. Award will be made in accordance with FAR 13.106-2. The government will award a one year period contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation is most advantageous to the Government. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items, and any addenda to the provision. The contract type is Firm Fixed Price (FFP) contract from this solicitation. Contract Line Item Description Quantity Unit of Measure Price Subtotal 0001 Contractor shall provide all personnel, equipment, tools, materials, supervision and other items necessary to provide maintenance on Audio/Visual Equipment as specified in the attached Statement of Work, Dated 09 Aug 2016 1 LOT Total Price Discount Terms: ________ Cage Code: _________ Signature of contractors authorized representative: ________________________________ Performance Period: 28 Sep 2016 - 29 Sep 2017 Services Will Be Performed at Address: Ms. Leslie Walker Dobbins Air Reserve Base Marietta, GA 30069 CLAUSES / PROVISIONS. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffara.htm and may be incorporated by reference or full text within the awarded contract FAR 52.204-7 System for Award Management (SAM) FAR 52.204-13 System for Award Maintenance FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Copmmercial Items FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement States or Executive Orders - Commercial Items (Deviation 2016-O0013) FAR 52.219-1 Alt I Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-41 Service Contract Labor Standards FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest After Award DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modification AFFARS 5352.201-9101 OMBUDSMAN AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access To Air Force Installations REPRESENTATION / CERTIFICATIONS: In order for an offeror to be considered for award the offeror must be registered in System for Management Award (SAM). If you are not registered you may request an application through the SAM website at https://www.sam.gov INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. SITE VISIT: A Site Visit is scheduled for September 1, 2016 at, 09:00 am at Bldg 812 Please complete the Dobbins ARB Access Form, provided in the attachment and email to: elizabeth.autrey.1@us.af.mil & patrina.sheffield@us.af.mil, NLT 30 Aug 2016 SUBMISSION GUIDELINES: Submit all quotes to elizabeth.autrey.1@us.af.mil and patrina.sheffield@us.af.mil to 1538 Atlantic Ave. Bldg. 812., Dobbins ARB, GA 30069 no later than 1200 p.m., Eastern Standard Time, 15 September 2016. This will be the only US Government point of receipt for quotes for this requirement. It is the offeror's responsibility to get the quote submitted on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Quotes submitted prior to close date are welcome. All quotes shall show the minimum requirements identified in accordance with FAR 52.212-1 and any addenda to the provision. NO TELEPHONE INQUIRIES. All questions must be sent electronically via email to Elizabeth.autrey.1@us.af.mil and Patrina.sheffield@us.af.mil no later than 12:00 pm, Eastern Standard time on 07 September 2016. No questions will be accepted after that date. All questions will be answered via amendment to this Combined Synopsis/Solicitation. ADDENDUM TO FAR 52.212-2, EVALUATION - Commercial Items (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) Contractor shall provide copies of Master Crestron Certified Technicians certifications (ii) Provide Performance Plan indicating plan of action in accordance with Statement of Work (iii) Provide no more than (3) references showing performed services on same or similar type equipment IAW the Statement of Work. List of Attachments: Attachment Item Description Page Numbers Date Attachment 1 Statement of Work Statement 8 09 Aug 2016 Attachment 2 Wage Determination 2015-4472. Rev. 2 11 17 Jun 2016 Attachment 3 DARB 4 1 June 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA670316T0022/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base, Marietta, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN04243147-W 20160828/160826234932-a48a321b6edb681d77ab1ea111b01e6f (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.