Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

99 -- Repair and Maintenance of Land Mobile Radio Equipment

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, ., 96319-5201
 
ZIP Code
96319-5201
 
Solicitation Number
FA5205-06-R-0004
 
Response Due
7/27/2006
 
Archive Date
8/11/2006
 
Description
This is combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. This solicitation is being issued as a Request for Proposal (RFP) and is unrestricted. Submit only written quotations for RFP FA5205-06-R -0004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-08 (as of 5 January 06). The NAICS code 811213 (size standard $6,000,000) applies to this solicitation. All responsible sources may submit a proposal that shall be considered. The contract is for the repair and maintenance of Personal Wireless Communication System (PWCS). The contractor shall provide all personnel, transportation, supplies, materials, manuals, tools and test equipment necessary to perform Repair Service, System Optimization/Modification, preventative maintenance inspections (PMI?s), and Engineering/Technical Support. Repair services consist of routine service and emergency services. This is a firm-fixed price, indefinite-quantity (IDIQ) type contract to provide supervision, labor, materials and equipment necessary to fulfill the requirements in accordance with the attached Performance Work Statement (PWS) at Misawa Air Base, Japan. The duration of the contract is for a base period from date of award to 1 October 2006, with four one (1) year options that may be exercised at the discretion of the Government. The guaranteed minimum amount is $110,000.00 for the base period and each option period. The maximum amount for the entire life of the contract, including options, is $1,428,553.50. Line Item No. 1, Base Performance Period. Line Item No. 2, Option Year One (1) Performance Period. Line Item No. 3, Option Year Two (2) Performance Period. Line Item No. 4, Option Year Three (3) Performance Period. Line Item No. 5, Option Year Four (4) Performance Period (See attachment 2 of the attached SF 1449 for Workload Estimates. Also see CLINs One (1) thru Five (5) on the attached SF 1449). The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil FAR 52.203-6, Restrictions On Subcontractor Sales to the Government, FAR 52.203-6 Alt I, Restrictions On Subcontractor Sales to the Government ? Alt I, FAR, 52.212-1, Instructions to Offerors - Commercial, FAR 52.216-8, Ordering, FAR 52.216-19 Order Limitations, FAR 52.216-22, Indefinite Quantity, FAR 52.217-8, Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Price (Price Proposal); (2) Conformance to the Performance Work Statement (PWS) (Technical Proposal); and (3) Past Performance. Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has greater weight than Factor Three (3). Successful offeror will be determined on the basis of Best Value resulting from the total assessment of the evaluation factors. Offerors shall submit the following: Conformance to the technical proposal specifications, price, and past performance. The resultant single award shall be placed with the offeror that represents the best value to the Government. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations; 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far ; Clauses listed below are applicable to this solicitation 52.212-4, Contract Terms and Conditions- Commercial Items is applicable. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. 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 paying office, appropriation data, etc. FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.232-19, Availability of Funds for the Next Fiscal Year, FAR 52.233-2 Service of Protest, FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.245-4, Government-Furnished Property (Short Form), FAR 52.245-14, Use of Government Facilities, FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation) with these additional FAR clauses marked: 52.219-4, Notice of Price evaluation Preference fro HubZone Small Business Concerns. 52.219-8. 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DFARS 252.222-7002, Compliance with Local Labor Laws (Overseas), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items, DFARS 252-223-7001, Hazard Warning Labels, DFARS 252-225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: DFARS 252.232-7008, Assignment of Claims (Overseas), DFARS 252.233-7001, Choice of Law (Overseas) 252.204-7004, Alternate A. Addenda to FAR 52.212-4: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Yoshikatsu Nakamura (addressed as follows) by obtaining written and dated acknowledgement of receipt from 35th Contracting Squadron, Attn: Mr. Yoshikatsu Nakamura, Unit 5201 Bldg. 1006, APO AP 9639-5201. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. AFFARS 5352.223-9001, Health and Safety on Government Installations, AFFARS 5352.242-9000, Contractor Access to Air Force Installations and local clauses L-100, Instructions for Submission of Past Performance Information, L-800, Notice to Offerors, LP-102 Exemption from Japanese Customs Duties and Taxes Pursuant to Status of Forces Agreements applies to this solicitation. The above Provisions and Clauses may be obtained via Internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Kristina D. Maltby at 35 CONS/LGCB, Unit 5201, Bldg 1006, APO AP 96319-5201. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical capability of item(s) offered to meet the government need, price and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 27 July 2006, 1600 pm, Japan Standard Time to the 35th Contracting Squadron/LGCB, Attn: Kristina D. Maltby, Contract Administrator, Commercial Phone 010-81-3117-66-3895, Fax 010-81-176-52-4793, E-mail kristina.maltby@misawa.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Department of Defense Central Contractor Registration database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Representation and Certifications, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, line item unit price, and Total cost. POINT OF CONTACT Kristina Maltby, Contract Administrator, kristina.maltby@misawa.af.mil Phone 011-81-3117-66-3895, Fax 011-81-3117-66-3752. Yoshikatsu Nakamura, Contracting Officer, yoshikatsu.nakamura@misawa.af.mil Phone 011-81-3117-66-3895, Fax 011-81-3117-66-3752. Email your questions to Kristina D. Maltby at kristina.maltby@misawa.af.mil
 
Place of Performance
Address: Misawa Air Base Japan
 
Record
SN01079373-W 20060630/060628220915 (fbodaily.com)
 
Source
FedBizOpps 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.