Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
MODIFICATION

Z -- Airfield Lighting Control System

Notice Date
6/8/2005
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-F1B3R25116A100
 
Response Due
6/15/2005
 
Archive Date
6/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
**The purpose of this modification is to include within the contract the following two items: 1. To add FAR provision 52.237-1, Site Visit (APR 1984) to this contract as stated: ?Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.? In accordance with this provision, the Site Visit is no longer a mandatory requirement for contractors to submit a quote. However, all contractors are highly encouraged to attend the site visit based on the content included with this provision. 2. The due date for all submitted quotes is hereby extended to NLT 15 June 2005 at 4:30 PM (CST). This will allow for further time to address all questions posed during the official site visit. The answers to these questions, as well as the attendance roster, will be posted on FedBizOpps as an amendment to the contract as soon as possible. All other areas of this solicitation remain the same. Notice: An incorrect amendment was posted earlier to the previously cancelled solicitation involving this project. Please disregard and refer only to this solicitation. We are sorry for any inconvenience this may have caused. Thank you. ** 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. Solicitation number F1B3R25116A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-03 effective 11 April 2005. The basic requirement for this acquisition is to provide all materials, equipment, tools, design, personnel, supervision, administration, installation, testing, and training to accomplish the following work: install all hardware and software, and perform commissioning, for the new Airfield Lighting Control System and Back-up Control System at Altus AFB, OK. This work will be accomplished in Bldg. 525 (control tower), Bldg. 198 (airfield lighting vault), and Bldg. 928 (airfield lighting vault) as identified in the attached Statement of Work. Please refer to the Statement of Work for a complete description of all services required for this acquisition. A SITE VISIT IS SCHEDULED AT ALTUS AFB ON 1 JUNE 2005 AT 1:00 PM CST. PLEASE RSVP NO LATER THAN 31 MAY 2005, 4:30 PM CST VIA E-MAIL TO: AARON.JACKSON@ALTUS.AF.MIL or CHARLES.PETERSON@ALTUS.AF.MIL. PLEASE PROVIDE THE FIRST NAME, LAST NAME, AND COMPANY AFFILIATION OF ANYONE PLANNING TO ATTEND THIS SITE VISIT. AN ESCORT WILL BE WAITING AT THE SOUTH GATE (HWY 62, EAST OF ALTUS) ON THE DAY OF THE SITE VISIT AND WILL DEPART PROMPTLY AT 1:00 PM CST. LATE ARRIVALS WILL NOT BE ALLOWED ACCESS TO THE BASE. This is a competitive best value acquisition utilizing simplified acquisition procedures IAW FAR Subpart 13.1, Procedures [Simplified Acquisitions]. Evaluations of all proposals will be executed utilizing procedures described in FAR Subpart 13.106-2, Evaluation of Quotations or Offers. Price, past performance, and technical factors shall compose the total evaluation factors for this award. Past performance and technical factors shall be significantly less important than price considerations. For quotations determined technically acceptable, a best value selection will be made based on price and past performance. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Each offeror?s quote will be evaluated to determine if the price is considered fair and reasonable to the government. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance, and business relations (customer service). All submittals must include, at a minimum, three previous clients (P.O.C. and contact information) who may be able to provide Past/Performance information. To be considered for award, an offeror must have a satisfactory or better past performance record, based upon information available to the contracting officer, and offer a reasonable price. Award may be made to other than the low offeror when, after evaluating past performance and the technical merits of the performance plan, the contracting officer determines it to be in the government?s best interest. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2005) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1630 (4:30 P.M.) CST, 15 June 2005. Quotations may also be sent via fax to (580) 481-5138, or submitted by e-mail to: aaron.jackson@altus.af.mil. NO EXTENSIONS WILL BE GRANTED. The following clauses and provisions shall also be included in this solicitation: FAR clause 52.204-4, Printed or Copied Double Sided on Recycled Paper (AUG 2000) and FAR clause 52.204-6, Data Universal Numbering System (DUNS) Number (OCT 2003). FAR clause 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005); FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005); and FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), are incorporated by reference and apply to this acquisition. FAR clause 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (JUL 1995); 52.216-24, Limitation of Government Liability (APR 1984); 52.216-25, Contract Definitization (OCT 1997); 52.219-8, Utilization of Small Business Concerns (OCT 2000); 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351, et seq.) (MAY 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires, (29 V.S.C. and 41 V.S.C. 351, et seq.) (MAY 1989); 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION) (JAN 2005) shall also apply to this acquisition and is incorporated by reference. The DFARS clauses and provisions that apply to this solicitation are: DFARS clause 252.204-7004, ALT A Required Central Contractor Registration (NOV 2003); DFARS clause 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEPT 2004); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005); DFARS clause 252.225-7000, Buy American Act-Balance of Payments Program Certificate (APR 2003); DFARS clause 252.225-7017, Prohibition of Award to Companies Owned by the People?s Republic of China; DFARS clause 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS clause 252.225-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (JAN 2005); DFARS clause 252.232-7003, Electronic Submission of Payment Request, (JAN 2004); and DFARS clause 252.232-7009, Mandatory Payment by Government-wide Commercial Purchase Card (JUL 2000). In addition, AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 238210, with size standard not to exceed $12,000,000.00. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration database. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 1-888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications website: http://orca.bpn.gov. Failure to do this will result in a forfeiture of your submittal. The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fedbizopps.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the SOW, etc). Points of contact include: 2Lt Aaron Jackson, Contract Administrator, 580-481-5652; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. (Attn: 2Lt Aaron Jackson) You may also contact said P.O.C. via phone: (580) 481-5652, fax: (580) 481-5138, or e-mail: aaron.jackson@altus.af.mil.
 
Place of Performance
Address: ALTUS AFB, OK
Zip Code: 73523-5132
Country: USA
 
Record
SN00824818-W 20050610/050608212004 (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.