Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

J -- Giant Voice Maintenance

Notice Date
3/4/2020 12:25:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441820QA001
 
Response Due
3/11/2020 9:00:00 AM
 
Archive Date
03/26/2020
 
Point of Contact
Stephanie R. Woods, Phone: 8439634491, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
stephanie.woods.7@us.af.mil, terry.harrelson.1@us.af.mil
(stephanie.woods.7@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 01: The purpose of this amendment is to incorporate the Questions and Answers document. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 being requested and a written solicitation will not be issued. This synopsis/solicitation reference number is FA441820QA001 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, Dated January 15, 2020. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811213 with a $12.0 million size standard. Contractor shall submit a quote for Maintenance, Repair and Inspection Services on Joint Base Charleston Giant Voice Outdoor Warning Siren System. Please see Pricing Worksheet for specific services and quantities.� A site visit will be conducted at JB Charleston- Air Base at 10:00am (EST) on 27 February 2020. Prospective Offerors shall meet at the Visitors Control Center, W Hill Blvd, Joint Base Charleston, SC 29404. All prospective offerors are urged to attend this conference. Prospective offerors shall email a completed Base Access Form to Stephanie Woods, Contract Specialist via email address stephanie.woods.7@us.af.mil NLT 20 February 2020 at 12:00pm, if you plan to attend. Special arrangements will be required to gain access to the base. Offerors are cautioned that JB Charleston AFB has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor�s pass to enter. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver�s license, social security cards, vehicle registration, and current proof of vehicle insurance). Details regarding the information required will be provided upon request to Stephanie Woods at stephanie.woods.7@us.af.mil. All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. Giant Voice Maintenance on Joint Base Charleston, South Carolina. Please see attached Performance Work Statement dated 03 February 2020. Base performance period is 1 April 2020- 31 March 2021. Option Year I period is 1 April 2021- 31 March 2022. Option Year II period is 1 April 2022- 31 March 2023. 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 https://www.acquisition.gov/. FAR 52.212-1, Instructions to Offerors - Commercial Items Offerors shall submit proof that they are an Acoustic Technology Inc. authorized service provider. Offerors shall submit their pricing on the attached Request for Quotation Pricing Worksheet. FAR 52.212-2, Evaluation � Commercial Items 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: Price. The Government will evaluate the total price of the offer for award purposes. Technical- Contractor must be an authorized service provider for Acoustic Technology Inc. (ATI) equipment and must submit proof of authorized service provider status. The Government will award a contract to the lowest priced technically acceptable offer. The Government considered price more important than technical acceptability. The Government will first rank offerors by price. Beginning with the lowest priced quotation, the government will evaluate for technical acceptability. If the lowest priced offer is determined to be technically acceptable, 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. In the event the lowest price offeror is not determined technically acceptable, the Government will then evaluate the next lowest offerors quotation. The process will continue until the lowest priced technically acceptable offeror is identified. FAR 52.212-3, Offeror Representation and Certifications � Commercial Item, All offerors shall include a completed copy of FAR 52.212-3 or complete electronic annual representation and certifications through the System for Award Management site at http://www.sam.gov.� FAR 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION), applies to this acquisition. The following additional Provisions and Clauses are applicable to this procurement: FAR 52.217-9 Option to Extend the Term of the Contract As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (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). (End of clause) � FAR 52.252-1 Solicitation Provisions Incorporated by Reference As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/. (End of provision) � FAR 52.252-2 Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: Clauses Incorporated By Reference (Feb 1998) 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. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/. (End of clause) DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) Use the following provision in all solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items, unless the solicitation is� (a) Jointly determined by the Secretary of Defense and the Secretary of State to be� (1) Necessary for purposes of� (i)�� Providing humanitarian assistance to the people of Venezuela; (ii)� Disaster relief and other urgent lifesaving measures; or (iii)�Carrying out noncombatant evacuations; or (2) Vital to the national security interests of the United States; or (b) Related to the operation and maintenance of the United States Government�s consular offices and diplomatic posts in Venezuela. Representation Regarding Business Operations with The Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) (a)� Definitions. As used in this provision� �Agency or instrumentality of the government of Venezuela� means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to �a foreign state� deemed to be a reference to �Venezuela.� �Business operations� means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. �Government of Venezuela� means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. �Person� means� (1)� A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2)� Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3)� Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. (b)� Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c)� Representation. By submission of its offer, the Offeror represents that the Offeror� (1)� Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or (2)� Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) AFFARS 5352.201-9101 Ombudsman� As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (OCT 2019)� (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. 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, 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) FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.217-5 Evaluation of Options FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards and current Wage Determination #2015-4427 (Rev. 13) Dated December 23, 2019 FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combat Trafficking in Persons FAR 52.232-11 Extras FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.253-1 Computer Generated Forms DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 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 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.223-9001 Health and Safety on Government Installations� AFFARS 5352.242-9000 Contractor Access to Air Force Installations� Defense Priorities and Allocations System (DPAS): N/A Responses to this combined synopsis/solicitation must be received via email at stephanie.woods.7@us.af.mil, by 11 March 2020, no later than 12:00 PM EST. Requests should be marked with solicitation number FA441820QA001. Address questions to Stephanie Woods, Contract Specialist, at (843) 963-4491, email stephanie.woods.7@us.af.mil or Terry Harrelson, Contracting Officer, at (843) 963-5158, email terry.harrelson.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b13c2b60bf394c1db9a33af6dde8256c/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05579299-F 20200306/200304230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.