Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

N -- Logging Recorder Installation for Security Forces - Attachments

Notice Date
9/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-Q-0394
 
Archive Date
9/30/2017
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps & Certs Wage Determination PWS 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-17-Q-0394 is issued as a "request for quotation (RFQ)". This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued on an unrestricted basis with regard to small business size standard. For reference, the NAICS code is 811213 and small business size standard is average annual receipts of $11 M. The contractor shall provide the service as described in the Performance Work Statement (PWS) for Logging Recorder Installation for Security Forces (ATTACHMENT 1), dated 31 August 2017 and Wage Determination (ATTACHMENT 2) on a firm fixed price basis. Period of Performance will be 60 days after receipt of contract. 52.237-1 -- Site Visit Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visits may be scheduled upon request. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Quotes are due at or before 3PM, (Eastern Time) 15 SEPTEMBER 2017. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to richard.childres@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Technical capability of the service offered to meet the Government requirement; (ii) Price All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I. For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 3) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards 52.222-17, Nondisplacement of Qualified Workers 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination 23183 Electronics Technician Maintenance III WG 10/2 $26.32 + $4.41 = $30.73 52.222-55, Minimum Wages Under Executive Order 13658 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Lisette K. LeDuc,, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: Lisette.leduc@us.af.mil. Alternate Ombudsman, Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: kimberly.yoder@us.af.mil 5352.223-9001, Health and Safety on Government Installations Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The following provision also applies to this solicitation: All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-Q-0394/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04661111-W 20170907/170905231530-4b712e522f73b5c274ce77070639c072 (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.