Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
MODIFICATION

Z -- Giant Voice Maintenance - SOW (Revision 1)

Notice Date
11/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3B26210AW01
 
Point of Contact
Brandon Rawlings, Phone: 8439633310, Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil
(brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Statement of Work Revision 1: SOW has been revised to include 24 stacks instead of 23, as well as information about ATI's PMI Inspection Form. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3B26210AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90, Dated 1 Nov 2016. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811213 with an $11.0 million size standard. (v) Contractors shall submit a lump sum quote for Maintenance, Repair, & Inspection Service on the Joint Base Charleston Giant Voice Outdoor Warning Siren System. A SITE visit will be conducted at JB Charleston - Weapons Station at 12:00 (ET) on Thursday, 8 December 2016. All prospective Offerors shall meet on the second floor of Bldg 503, Charleston AFB. All prospective Offerors are urged to attend this conference and are requested to contact Brandon Rawlings, Contract Specialist at (843) 963-3310, Fax number (843) 963-5183, e-mail address brandon.rawlings@us.af.mil NLT 1 December 2016 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station and to NPTU. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) In addition, to be allowed entry to NTPU, security forms will be required to be turned in to this office NLT 12:00 Noon (ET) 1 December 2016 in order to be placed on NPTU's authorized access list. Details regarding the information required will be provided upon request to Brandon Rawlings at brandon.rawlings@us.af.mil. All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) F1M3B26210AW01 Giant Voice Maintenance on Joint Base Charleston, South Carolina. (See attached statement of work) (vii) Base performance period is 15 December 2016 - 14 December 2017. 1st Option Year is 15 December 2017 - 14 December 2018. 2nd Option Year is 15 December 2018 - 14 December 2019. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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: 1.Technical- Contractor must be experienced on Acoustic Technology Inc. (ATI) Equipment. Contractors must submit documentation of previous work performed on ATI Equipment to include a checklist of previous inpection procedures. 2) Past performance; 3) Price. The Government will evaluate the total price of the offer for award purposes. Technical capability (pass or fail) and Past Performance, when combined, are significantly more important than Price. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating and meets the technical capability, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. Offerors shall provide no more than 3 recent and relevant references for Maintenance, Repair, & Inspection (or a combination of) service on Outdoor Warning Siren Sytems. "Recent" is defined as within the past three years. "Relevant" is defined as performance involving the same or essentially the same magnitude of effort and complexity as the SOW requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Equal Opportunity for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.217-5, Evaluation of Options • FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 MONTHS. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41, Services Contract Act of 1965 and current Wage Determination #2015-4427 (Rev. 1) Dated 9/13/2016 • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage - Fringe Benefits 14102 Computer System Analyst II (See 1) • FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 December 2016 no later than 4:00 PM Eastern Time. Requests should be marked with solicitation number F1M3B26210AW01. (xvi) Address questions to Brandon Rawlings,Contract Specialist, at (843) 963-3310, fax (843) 963-5183, email brandon.rawlings@us.af.mil or Terry Harrelson, Contracting Officer, Phone (843) 963-5158 email terry.harrelson.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3B26210AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04334843-W 20161124/161122234949-aa5a80c69d8d77bf76af2c52762667d6 (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.