Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2017 FBO #5788
SOLICITATION NOTICE

J -- OTS PA SYSTEM REPAIR

Notice Date
9/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA87117AW01
 
Archive Date
10/13/2017
 
Point of Contact
Kimberly A. Knott, Phone: 3349538552, 42 CONS/LGCB ORGMAIL,
 
E-Mail Address
kimberly.knott.1@us.af.mil, 42CONS.LGCB.Orgmail@us.af.mil
(kimberly.knott.1@us.af.mil, 42CONS.LGCB.Orgmail@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase items and services as described in the SOW. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-95 and DFARS DPN change notice 20161222. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 811213 with a size standard of $11.0M. II. NATURE OF ACQUISITION: Maxwell AFB, Air Force, Holm Center has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. Proposals must be received 28 Sep 2017, 4:00 PM CST. E-Mail proposals are acceptable. Email proposal to Kimberly Knott at kimberly.knott.1@us.af.mil If there are any questions please email or call Kimberly Knott at (334)-953-8552. III. SCHEDULE OF SUPPLIES/SERVICES: Period of Performance (PoP): 30 Sep 17 - 30 Dec 17. CLIN Description Unit Quantity Unit Price Total Price 0001 Material - Parts Cost to Repair and Replace failed Paging System equipment for 8 OTS buildings. See attached Statement of Work (SOW). Each 1 $ $ 0002 NON-PERSONAL SERVICE: Labor Cost - Repair and Replace failed Paging System equipment for 8 OTS buildings. See attached SOW. Each 1 $ $ *All work is to be performed in accordance with (IAW) the attached Statement of Work (SOW). IV. PROPOSAL PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. a. The offeror must submit a signed and dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items unless ORCA is up to date in System for Award Management (SAM). c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFP, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220 IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. V. BASIS FOR AWARD This is a 100% Small Business Set-Aside firm-fixed price contract. The small business contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be based on Lowest Price Technically Acceptable. The offeror by acceding to all of the requirements of this synopsis/solicitation (see Proposal Preparation Instructions, Para a.) will be determined technically acceptable, and award will then be based on lowest price. VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. Federal Acquisition Regulation (FAR) provision 52.204-7, System for Award Management (Oct 2016), 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) and 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this solicitation. In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) with Alternate I (Oct 2014). FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) (Jan 2017). The following FAR provisions and clauses apply: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.219-28, Post Award Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014); 52.222-41, Service Contract Labor Standards (May 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer (Jul 2013); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). The following DFARS provisions and clauses applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials-Basic (Sep 2014); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following AFFARS provisions and clauses applies: 5352.223-9001, Health and Safety on Government Installations (Nov 2012); 5352.242-9000, Contractor Access to Air Force Installations (Jan 2017) FAR Clauses and Provisions by Full Text: 52.222-42. Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 WG2502 Telecommunications Mechanic Grade 10 Step 1 $20.37 per hour (End of Clause) 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101, OMBUDSMAN (Jun 2016) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (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) Wage Determination 15-4607 Rev 3 dated 25 Jul 2017 applies. STATEMENT OF WORK (SOW) OFFICER TRAINING SCHOOL PA SYSTEM 1.0 Requesting Agency: Department of the Air Force, Officer Training School (OTS), 501 LeMay Plaza North Bldg 1487, Maxwell AFB, AL 36112-6334. 2.0 Purpose: Repair of OTS Bogen Paging System 3.0 Specifications: Repair and replace all failed equipment and associated systems, complete, on the existing Bogen Paging System. The Bogen Paging systems shall be made operational for staff and cadets to perform individual building pages and campus wide pages. The OTS Complex is made up of eight (8) existing buildings with internal and external speakers to enable one way mass communication. Recently speakers/building have stopped working as well as the speakers have started making loud humming sounds resulting in the entire Bogen system being unplugged to alleviate the noise. This condition decreases the ability to communicate through mass page in dire circumstances. Currently there is no information on the cause for the system issues and what is needed for the individual building pages and campus wide pages to work. There shall be a warranty on all work for one year from the contractor upon completion and the work is accepted by user. 4.0 SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES ONLY No CAC REQUIRED 1. Contractor Notification Responsibilities: The contractor shall notify the contracting office within 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The location(s) of service performance and future performance, if known. d. The date service performance begins. e. Any change to information previously provided under this paragraph. 2. Installation Access Requirements: As prescribed by the AFFARS 5352.242-9000, Contractor access to Air Force installations, AFI 31-218, Motor Vehicle Traffic Supervision, and AFMAN 31-113, Installation Perimeter Access Control. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Government ID card holders may not use their credentials to sponsor an individual on to the base to perform work that's been contracted to an official contractor. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. All commercial vehicles will be directed to Gate 3 (Kelly St) or Gate 4 (Congressman Dickenson for Gunter) for processing through the Commercial Vehicle Inspection (CVI) Area, when operational. During non-duty hours and holidays, commercial vehicle inspections will be conducted at Gate 1 (Maxwell Blvd) or Gate 4 only. Inspection members will conduct thorough inspections of the interior and exterior of the vehicle for items prohibited from the installation such as explosive devices, weapons and ammunition, drugs, and open or closed alcohol containers. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. Failure to comply with these requirements may result in withholding of final payment. 3. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Security Forces Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 4. Traffic Laws: The contractor and their employees shall comply with base traffic regulations set forth in AFI 31-218, Motor Vehicle Traffic Supervision and AFMAN 31-113, Installation Perimeter Access Control. Personnel in violation may be issued a Central Violations Bureau Form 1805 traffic ticket. 5. Random Installation Entry/Exit Checks: Entry/exit vehicle checks are conducted by order of the 42 ABW Commander. These checks are conducted for the purpose of safeguarding the base and protecting government property by discovering and seizing stolen property, classified information and contraband. Refusal to submit to an installation (entry/exit) vehicle check may result in the loss of base driving privileges, revocation of base registration, or debarment action. 6. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell AFB and Gunter Annex. Personnel in violation may be issued a Central Violations Bureau Form 1805 traffic ticket. 7. Wireless Electronic Devices: The contractor will not establish their own Information Technology (IT) systems or networks (Local Area Networks [LAN], Wide Area Network [WAN], Cellular phone/USB Modem as WAN, Wi-Fi as WAN, etc.), or camera system without the direct permission of the Program Manager and governing communications and responsible information systems office (42 CS). 8. Firearms and Ammunition: Transporting weapons or ammunition, concealed or otherwise, IS NOT permitted by any non-law enforcement personnel on Maxwell AFB/Gunter Annex at any time regardless of state issued concealed weapons/LEOSA permits. Violations may result in criminal prosecution under the applicable federal laws. 9. Illegal Weapons. The below weapons are considered illegal, unless specifically authorized by competent authority, and are prohibited on Maxwell AFB/Gunter Annex. Violations may result in criminal prosecution under the applicable federal laws. a. Switchblade knives or knives with any type of automatic blade release. b. An incendiary/explosive weapon (e.g., grenades, flash bangs). c. Fireworks d. Homemade mortars, aka "tennis ball launchers" or similar devices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA87117AW01/listing.html)
 
Place of Performance
Address: Officer Training School (OTS), 501 LeMay Plaza North Bldg 1487, Maxwell AFB, AL 36112-6334., Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN04694042-W 20170928/170926231238-b46b7112da25638298fd75305c8d92c5 (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.