Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
MODIFICATION

63 -- Defense Threat Reduction Agency, Security Upgrades to Bldg 207

Notice Date
9/28/2005
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-05-T-0287
 
Response Due
9/27/2005
 
Archive Date
12/23/2005
 
Point of Contact
Robin J. Tipton,937-257-6146, ext 4223
 
E-Mail Address
robin.tipton2@wpafb.af.mil
(robin.tipton2@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS HEREBY CANCELED IN ITS ENTIRETY. DESC: DEFENSE THREAT REDUCTION AGENCY, SECURITY UPGRADES TO BUILDING #207 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; quotations are being requested and a written solicitation will not be issued. There will be no hard copies distributed. A site visit is not deemed to be necessary. The contractor shall provide all materiel and manpower necessry to perform the required upgrades to the existing security system in Building #207 at Wright-Patterson AFB, OH in accordance with the attached Statement of Work. The solicitation document IAW the attachment, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 + Class Deviation 2005-o0001. Please refer to the following website for FAR, DFARS and AFFARS references: http://farsite.hill.af.mil/VFFARa.HTM. Solicitation FA8601-05-T-0287 is a Request for Quote (RFQ). This acquisition is 100% Set Aside for Small Business. North American Industry Classification System (NAICS) code is 561621 and the size standard is $10,500,000.00. These instructions prescribe the format of quotes and describe the approach for the development and presentation of quote data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information a contractor deems pertinent. Contractors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on initial quotes received, without discussions with such offerors. Please see attached Statement of Work. Award will be made on an “all or none” basis. Completed Request for Quote – Quotes shall be submitted no later than 1600 hours Eastern Daylight Savings Time on 27 September 2005 to 88 CONS/PKBA, Attention: Robin Tipton, Contract Specialist, Area C, Building 1, Room 109, 1940 Allbrook Drive, Suite, 3, Wright-Patterson Air Force Base (WPAFB), OH 45433-5309. The following line items are required as a minimum: CLIN Description 0001 Task 1 (Items to be completed upon award of contract) ·SubCLIN 000101 – Materiel Charges ·SubCLIN 000102 – Installation Charges 0002 Task 2 (Items that cannot be completed until after scheduled renovations) ·SubCLIN 000201 – Materiel Charges ·SubCLIN 000202 – Installation Charges Required Delivery Date: 1 April 2006 FOB: Destination (Wright-Patterson AFB, OH) Delivery Address: DEFENSE AUTOMATIC ADDRESSING CENTER (DAAC) 5250 PEARSON RD, BLDG 207, AREA C WPAFB OH 45433-5328 The clause at far 52.204-7 –Central Contractor Registration (Apr 2003) with DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. The provision at FAR 52.212-1 -- Instruction of Offerors – Commercial Items (Jan 2005) applies to this acquisition. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical (2) Price. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. The clause at FAR 52.212-3 – Offerors Representation and Certifications – Commercial Items (Mar 2005), Alternate I (Apr 2002) is applicable to this acquisition. A copy is attached to this document. A completed copy must be included with your quote. The clause at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003) applies to this acquisition and is hereby incorporated by reference. The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2005) is applicable to the acquisition with the following additional FAR clauses. (5)(ii)52.219-6, Notice of Total Small business Set-Asice (June 2003), Alternate I (Oct 1995) (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (15) 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126) (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (31) 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) The provision at FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) applies to this acquisition. The provision at FAR 52.222-25, Affirmative Action Compliance (Apr 1984) applies to this acquisition. The clause at FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) applies. The provision at FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) applies. The fill-in for this provision is http://farsite.hill.af.mil. The clause At FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) applies. The fill-in for this clause is http://farsite.hill.af.mil. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) applies to this acquisition. The clause at DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2005) applies to this acquisition with the following additional DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582) DFARS 252.225-7036, Buy American Act—Free Trade Agreements—Balance of Payments Program (Jun 2005) (Alternate I) (Jan 2005) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate II (May 2002) (10 U.S.C. 2631) The clause at DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E- Mail stephen.miller@wpafb.af.mil). The clause at AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) applies IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 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/. Two documents – (1) Statement of Work and (2) FAR Clause FAR 52.212-3 – Offerors Representation and Certifications – Commercial Items (Mar 2005), Alternate I (Apr 2002) are incorporated at www.pixs.wpafb.af.mil, FA8601-05-T- 0287. By submission of a quote, the contractor acknowledges the requirement that a prospective awardees and the manufacturers must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. For routine matters on individual solicitations, please contact Robin Tipton @ (937) 257-6147, ext 4223 or email address robin.tipton2@wpafb.af.mil. The Contracting Officer may be contacted by email at susie.slivinski@wpafb.af.mil. All offers are due 1600 hours Eastern Daylight Savings Time on 27 September 2005. The preferred method of receiving quotes is e-mail to Ms. Tipton at the above address. For more information on 05T0287--Defense Threat Reduction Agency, Security Upgrades to Bldg 207 please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0287/05T0287.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
05T0287-Defense Threat Reduction Agency, Security Upgrades to Bldg 207
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA8601-05-T-0287/listing.html)
 
Place of Performance
Address: DEFENSE AUTOMATIC ADDRESSING CENTER 5250 PEARSON RD, BLDG 207, AREA C WPAFB OH 45433-5328
Zip Code: 45433
Country: United States
 
Record
SN00906288-F 20050930/050928214214 (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.