Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOLICITATION NOTICE

70 -- MISSIONS END AUDIO VISUAL SYSTEM INSTALL - Attachments

Notice Date
2/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA462518Q0016
 
Archive Date
4/3/2018
 
Point of Contact
Matthew Beamer, Phone: 660-687-2945, Jessica Simon, Phone: (660) 687-5466
 
E-Mail Address
509cons.sollgcb@us.af.mil, 509cons.sollgcb@us.af.mil
(509cons.sollgcb@us.af.mil, 509cons.sollgcb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tab K - Installation Criteria WD_2015-5089 Statement_of_Work **Please see Statement of Work Attachment dated 12 Feb 2018** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12, 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. Solicitation # FA462518Q0016 is being issued as a Request for Quote (RFQ). This procurement is a total small business set-aside. The applicable North American Industry Classification System (NAICS) Code is 334310. The Small Business Size Standard is 750 employees. Paper copies of the RFQ will not be made available. Quotes can be e-mailed to the following e-mail address: 509cons.sollgcb@us.af.mil or by FAX to (660) 687-7083 to the attention of 2d Lt Matthew Beamer. Emailed quotes using file compression, such as.zip, will not be accepted. NOTE: Quotes must be received by 2:00 P.M. Central on 19 March 2018 in order to be considered for award; late quotes will not be considered for award. Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency. Evaluation for this acquisition is listed under the addendum to provision 52.212-2, Evaluation - Commercial Items. The Service Contract Act, WD 2015-5089, Rev. 6, dated 01/16/2018, will apply to this acquisition. A site visit will be held on 27 Feb 2018 at 1:00 P.M. The site visit is highly encouraged due to the unusual layout of the facility. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Defense Acquisition Circular 20171228 and Air Force Acquisition Circular 2017-1003. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management (SAM) Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-1 Instructions to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.242-13 Bankruptcy 52.247-34 F.O.B. Destination 252.203-7000 Representation Relating to Compensation of Former DoD officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues The following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.212-2 Evaluation - Commercial Items - Fill in - Delivery Date, Past Performance, and price (see addendum) 52.212-3 Offerors Representations and Certifications - Commercial Items, Alternate I 52.212-5 Contract terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items 52.230-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Handicapped Workers 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act 52.222-50 Combating Trafficking in Persons 52.223-15 Energy Efficiency in Energy-Consuming Products 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 52.225-18 Place of Manufacture 52.252-1 Solicitation Provisions Incorporated by Reference - Fill in - farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference - Fill in - farsite.hill.af.mil 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Instructions 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman - Fill in - Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations ADDENDUM 52.212-2 Evaluation (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) Completion Date. The Government reserves the right to award to earliest completion date. The completion date includes final product that is fully functional in accordance with the SOW. A performance schedule shall be submitted with the proposal in accordance with paragraph 3.1 of the SOW. This will be evaluated on an acceptable/unacceptable basis. (ii) Offerors must provide a minimum of two (2) references within the past 3 years of their choice of projects of similar audio/visual contracts in size and scope. This will be evaluated on an acceptable/unacceptable basis. (iii) Price breakdown of parts & labor; including a complete parts list detailing specific brands/part numbers. The Government will evaluate the parts and labor to determine if the requirement meets the minimum needs of Section 2 of the Statement of Work. This will be evaluated on an acceptable/unacceptable basis. (End of Provision) Wide Area Work Flow Invoicing Instructions (see clause 252.232-7006 listed above) will be incorporated in the contract document at the time of award. ATTACHMENTS: Statement of Work dated 12 Feb 2018 WD 2015-5089, Rev. 6, dated 01/16/2018 Tab K - Installation Criteria, Rev. 8, 16 Nov 2017)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d242165bc215f29c31f636e31cec8c2)
 
Place of Performance
Address: Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN04822774-W 20180216/180214231259-7d242165bc215f29c31f636e31cec8c2 (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.