Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

58 -- Installation of Giant Voice System

Notice Date
1/21/2005
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-05-R-0025
 
Response Due
1/28/2005
 
Archive Date
5/31/2005
 
Point of Contact
Jacqueline Davis,937-257-0272
 
E-Mail Address
jacqueline.davis@wpafb.af.mil
(jacqueline.davis@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 - The Statement of Work posted originally was removed and a revised document submitted that did not track the "red" edit changes within the document. The wording on the document was not changed. Quotations are due NO LATER THAN 2:30PM (EST) 28 JANUARY 2005. Please note that no paper copies will be provided. All documents shall be obtained from PIXs or Fed Biz Ops. If you have problems downloading any of the documents posted to this site, please contact the site administrator for that site. PIXs viewers should contact asc.ae.helpdesk@wpafb.af.mil, while Fed Biz Ops viewers should contact fbo.support@gsa.gov for resolution of download problems. The Contracting Office regrets that we cannot provide assistance with downloads. However, please note that questions concerning the combined synopsis/solicitation (including information contained in the attachments) shall be submitted in writing to Jacqueline.Davis@wpafb.af.mil. All responses to questions submitted will be posted to this solicitation to afford all quoters the same information. Your compliance in this matter is appreciated. ******************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. QUOTATIONS FOR THIS ACQUSITION ARE DUE NO LATER THAN 2:30PM (EST) 28 JANUARY 2005. Solicitation FA8601-05-R-0025 is issued as a Request for Quotation (RFQ) and is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). PROPOSED ACQUISITION IS UNRESTRICTED, FULL AND OPEN COMPETITION. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2001-26 , Effective 19 Jan 2005 + Class Deviation 2004-o0001. The associated North American Industry Classification System (NAICS) for this procurement is 238210, Standard Industrial Classification (SIC) code 1731, and the small business size standard is $12M. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 238210. A Firm Fixed Price type contract is anticipated with one line item (0001) for: Non-Personal Services to provide all supervision, personnel, equipment, transportation and material and all other items necessary FOR THE UPGRADE of the existing Giant Voice (Emergency Warning System) on Wright-Patterson Air Force Base, Ohio in accordance with the attached Performance Work Statement/Statement of Work (PWS). Minimum requirements are attached to this combined synopsis soliciation at www.pixs.wpafb.af.mil along with the solicitation. Note that WAGE DETERMINATION NO: 94-2419 REV (25) is in effect for this requirement. Proposal packages shall include price proposal for FOB Destination for delivery to Wright-Patterson Air Force Base, Ohio, and estimated timeframe to accomplish the installation. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. Offerors’ quotes shall be valid for a period of no less than 90 days and this shall be reflected on the quotation submitted. A complete description of services and materials to be provided is required. The Government intends to award a firm-fixed price contract based upon best value to the government considering cost and other factors, see FAR 52.212-2 – Evaluation – Commercial Items (Jan 1999). Award will be based upon best value to the government considering cost and other factors. The following factors shall be used to evaluate offers: (1) past performance, (2) price. The Government reserves the right to award to other than the lowest offeror; to award without discussions; and to make no award. Offers shall include a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (attached). The Past Performance Questionnaire (attached) shall be sent to three references. Completed Past Performance questionnaires shall be submitted to Contract Specialist, Ms Jacque Davis, 88 CONS/PKS, 1940 Allbrook Drive, Suite 3, Wright- Patterson AFB, OH 45433 NO LATER THAN 3:00 PM (EDT) on 31 January 2005. Offerors shall also provide the names and phone numbers of three references with their quotes in order to evaluate past performance. The references should have knowledge of offeror’s performance of services similar or the same as required by this solicitation. The Government may contact any or all of the references for past performance information. This information may be used in determining who will be awarded any resultant award. The following provisions apply to this acquisition and are hereby incorporated: FAR 52.212-1, Instructions to Offerors – Commercial (Jan 2004) Supplemented by instructions contained herein. FAR 52.212-2, Evaluation - Commercial Items. Evaluation (Jan 1999) - criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of proposals and subsequent award will be based on a determination of best value to the Government based on past performance and price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2 FAR 52.222-22, Previous Contracts And Compliance Reports FAR 52.222-25, Affirmative Action Compliance The following clauses shall be included in any resultant contract either by reference or in full text: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52.222-3, Convict Labor FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52-222-36, Affirmative Action for Workers with Disabilities FAR 52-222-37, Employment Reports on Special Disabled Veterans FAR 52-222-41, Service Contract Act of 1965, As Amended (May 1989); FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2); DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Application to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.232-7003, Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Contractor shall be registered in CCR prior to a resultant award for any solicitations issued after 31 May 1998. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. By submission of a quote, the offeror acknowledges that prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. For additional information telephone 1-888- CCR-2423, or fax 1-703-696-0213. The website for CCR is http://www.bpn.gov/ccr/scripts/index.html A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to this solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Complete proposal packages, including price proposal, information and Reps and Certs, must be submitted by 2:30 p.m. (EST) on Friday, 28 January 2005, to Ms Jacque Davis, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposal packages may also be faxed to 937-257-3926 or sent electronically to Jacqueline.Davis@wpafb.af.mil. For questions on this solicitation, please call Ms Jacque Davis, (937) 257-6146, Ext. 4224, or email: Jacqueline.Davis@wpafb.af.mil. Questions concerning this requirement should be directed to Ms. Jacque Davis at (937) 257-0272 or emailed to jacqueline.davis@wpafb.af.mil. All offers should be faxed or emailed to the attention of Ms. Jacque Davis, Contract Specialist, at (937) 257-1207 or (937) 257-3926. QUOTATIONS FOR THIS ACQUSITION ARE DUE NO LATER THAN 2:30PM (EST) 28 JANUARY 2005. For more information on 05R0025--Installation of Giant Voice System please refer to http://www.pixs.wpafb.af.mil/pixslibr/05R0025/05R0025.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
05R0025-Installation of Giant Voice System
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA8601-05-R-0025/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base Ohio
Zip Code: 45433
Country: USA
 
Record
SN00738676-F 20050123/050121214640 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.