Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2004 FBO #1015
SOLICITATION NOTICE

C -- Network Architecture Support Services

Notice Date
9/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541340 — Drafting Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-04-T-0045
 
Response Due
9/8/2004
 
Archive Date
9/9/2004
 
Point of Contact
Ronette McBean, Contract Specialist, Phone 907-552-4242, Fax 9007-552-7496,
 
E-Mail Address
ronette.mcbean@elmendorf.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE: The 3rd Contracting Squadron, Elmendorf AFB, AK intends to award a sole source purchase order to Infinity Tech Systems, Inc. Requirements is for a service to provice Network Architecture Support for the 3rd Communication Squadron here on Elmendorf AFB, AK. This requirement will be purchased under Simplified Acquisition Procedures FAR part 13.5 and FAR part 19.1306, 100% Service-disabled veteran-owned small business. The associated NAICS code is 541340 with a size standard of $6,000,000. The anticipated award date is 1 October 2004. This notice is neither a request for competitive proposals nor a solicitation of offers. A determination by the government not to compete this requirement based on responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The closing date for this Synopsis is 08 September 2004 at 12:00 PM Alaska Standard Time. For information regarding this purchase, please contact Ronette C. McBean at 907-696-0010 Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2,088 Hours Base Year - Network Architecture SupportFFPNon-Personal Services Architecture Support/Network Engineering Assistance to 3 CS/SCX from 1 Oct 04 through 30 Sep 05, IAW attached Performance Based Statement of Work.MILSTRIP: F73CSQ42040500PURCHASE REQUEST NUMBER: F73CSQ42040500SIGNAL CODE: A NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 2,088 Hours OPTION 1st Option-Network Architecture SupportFFPNon-Personal Services Architecture Support/Network Engineering Assistance to 3 CS/SCX from 1 Oct 05 through 30 Sep 06, IAW attached Performance Based Statement of Work.MILSTRIP: F73CSQ42040501PURCHASE REQUEST NUMBER: F73CSQ42040500SIGNAL CODE: A NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 2,088 Hours OPTION 2nd Option-Network Architecture SupportFFPNon-Personal Services Architecture Support/Network Engineering Assistance to 3 CS/SCX from 1 Oct 06 through 30 Sep 07, IAW attached Performance Based Statement of Work.MILSTRIP: F73CSQ42040502PURCHASE REQUEST NUMBER: F73CSQ42040500SIGNAL CODE: A NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 2,088 Hours OPTION 3rd Option-Network Architecture SupportFFPNon-Personal Services Architecture Support/Network Engineering Assistance to 3 CS/SCX from 1 Oct 07 through 30 Sep 08, IAW attached Performance Based Statement of Work.MILSTRIP: F73CSQ42040503PURCHASE REQUEST NUMBER: F73CSQ42040500SIGNAL CODE: A NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 2,088 Hours OPTION 4th Option-Network Architecture SupportFFPNon-Personal Services Architecture Support/Network Engineering Assistance to 3 CS/SCX from 1 Oct 08 through 30 Sep 09, IAW attached Performance Based Statement of Work.MILSTRIP: F73CSQ42040504PURCHASE REQUEST NUMBER: F73CSQ42040500SIGNAL CODE: A NET AMT FOB: Destination INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Contractor Destination Government 1001 Destination Contractor Destination Government 2001 Destination Contractor Destination Government 3001 Destination Contractor Destination Government 4001 Destination Contractor Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 01-OCT-2004 2,088 3RD COMMUNICATION SQUADRON - F73CSQ3CS/SCX10471 20TH AVENUEELMENDORF AFB AK 99506FOB: Destination F73CSQ 1001 01-OCT-2005 2,088 (SAME AS PREVIOUS LOCATION)FOB: Destination F73CSQ 2001 01-OCT-2006 2,088 (SAME AS PREVIOUS LOCATION)FOB: Destination F73CSQ 3001 01-OCT-2007 2,088 (SAME AS PREVIOUS LOCATION)FOB: Destination F73CSQ 4001 01-OCT-2008 2,088 (SAME AS PREVIOUS LOCATION)FOB: Destination F73CSQ CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items JAN 2004 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jan 2004) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2004 52.217-5 Evaluation Of Options JUL 1990 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JUN 2004 252.232-7003 Electronic Submission of Payment Requests JAN 2004 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) 52.217-9 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; 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 30 September 2009. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 September 2005 . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2004, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes 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. (b) 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 police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance and certificat to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) 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. (f) Failure to comply with these requirements may result in withholding of final payment. WAWF WIDE AREA WORKFLOW-RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Request, the contractor shall submit payment requests using WAWF-RA. Information regarding WAWF-RA is available on the internet at https://wawf.eb.mil. The contractor shall create and submit a 2 in 1 invoice on a monthly basis. The contractor shall use the following Department of Defense Activity Address Codes (DODAAC). ISSUE DODAAC FA5000 ADMIN DODAAC FA5000 INSPECT DODAAC FA5000/F73CSQ SERVICE ACCEPTOR DODAAC FA5000/F73CSQ PAY DODAAC F68300 NOTE: Vendor must include the following email address where the program prompts for additional emails wawf3conslgcb@elmendorf.af.mil
 
Record
SN00665831-W 20040906/040904211550 (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.