Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

70 -- Configuration of a Turn-Key Live Production Switching Station, 375 Comm Squadron, Scott AFB IL

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F7352133220200A
 
Response Due
6/9/2004
 
Archive Date
6/24/2004
 
Point of Contact
Denise Hamilton, Contract Specialist, Phone 618-256-9253, Fax 618-256-5237, - Cliff Beasley, Contract Specialist, Phone 618-256-9308, Fax 618-256-5237,
 
E-Mail Address
denise.hamilton@scott.af.mil, cliff.beasley@scott.af.mil
 
Description
(i) This is 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; quotations are being requested and a written solicitation will not be issued. (ii) The reference number is F7352133220200A, and the solicitation is issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22 & 23. (iv) This solicitation is unrestricted. The associated North American Industry Classification System (NAICS) code is 334220, and the size standard is 750. (v) The solicitation can be viewed at http://www.eps.gov/. (vi) The solicitation package includes the Statement of Work (SOW), Pricing Schedule and Past Performance Survey. (vii) This combined synopsis/solicitation is for Configuration of a Turn-Key Live Production Switching Station for the 375 Communications Squadron at Scott Air Force Base, Illinois, for a performance period of 1 Jul 04 through 30 Jun 05. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. Addendum to 52.212-1: The RFQ shall consist of three (3) separate parts; Part I ? Price Quote; Part II ? Technical; and Part III ? Past Performance Information. Part I consists of (a) Pricing Schedule and (b) Completed copy of provision FAR 52.212-3, Offeror Representation and Certifications?Commercial Items. The provision may be copied from website http://farsite.hill.af.mil/VFFARA.HTM. Part II consists of one (1) copy of how the prospective contractor can provide their technical approach on meeting SOW requirements, i.e., meeting technical support within the parameters established in the SOW. Part II also consists of a prospective contractor providing technical specifications on any "brand name or equal" items listed in the SOW. Part III consists of at least three (3) but no more than five (5) of the most relevant contracts performed within the last three years. Relevant contracts are those for configuration of rack-mounted video toaster live production switching stations of the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish the following information for each contract referenced on the Past Performance Survey attached with this combined synopsis/solicitation: Company/Division Name; Product/Service; Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and Telephone Number of a Point of Contact. The past performance survey questions 4 and 5 are of great importance and carry additional weight in the past performance evaluation criteria. (ix) The FAR provision 52.212-2, Evaluation? Commercial Items, applies to this acquisition. Paragraph (a) is completed as follows: (1) Technical Capability; (2) Past Performance; and (3) Price. Technical capability and past performance, when combined, are significantly more important than cost or price. Addendum to 52.212-2, Evaluation Criteria. Evaluation of technical capability shall be conducted by a technical team comprised of subject matter experts. Addendum to 52.212-2, Basis for Award. This is a competitive best value combined synopsis/solicitation in which competing offerors technical capability, when combined with past performance history, will be evaluated on a basis significantly more important than price considerations. The evaluation process shall proceed as follows: (A) The Government technical evaluation team shall evaluate, on a pass/fail basis, proposals submitted by all offerors against the following evaluation factors: Configuration of a live production switching station; Technical literature submitted for all Brand Name or Equal Items as listed in the SOW; and technical support/responses as listed in the SOW. Initially, offers shall be ranked according to technical capability. (B) Using questionnaires, the contracting officer shall seek performance information on the offerors based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The purpose of the past performance evaluation is to allow the Government to assess the offeror?s ability to perform the effort described in this RFQ, based on the offeror?s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating ?neutral? meaning the rating is treated neither favorably nor unfavorably. (C) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. (D) If technical capability, with past performance, is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (F) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of ?very good? or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. (x) The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (JAN 2004) (DEVIATION), applies to this acquisition. (xii) All responsible sources may submit a quotation, which shall be considered by the Agency. (xiii) Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DoD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov/ (xiv) The Small Business Specialist at Scott AFB IL is Mr. Garth Sanginiti. He can be reached at (618) 256-9322. A link to USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov. (xv) Past Performance references and the RFQs are due to this office NLT 3:00 p.m. CST on Wednesday, 9 Jun 04. Past Performance references and RFQs may be faxed to the attention of Denise Hamilton at 618-256-5237 or emailed to Denise.Hamilton@scott.af.mil. (xvi) Late quotations MAY NOT be accepted. (xvii) If you have questions on the request for quotation, please contact Denise Hamilton at (618) 256-9253 or Cliff Beasley at (618) 256-9308.
 
Place of Performance
Address: 375 CS/SCV, 901 South Dr., Bldg 700, Scott AFB IL
Zip Code: 62225
Country: USA
 
Record
SN00593715-W 20040529/040527212134 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.