Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

J -- LMR Maintenance

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
Reference-Number-F2F3206199A100
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. The 16th Contracting Squadron, Hurlburt Field, Florida intends to solicit, and award a Firm-Fixed Price contract with a base and four option years; for the furnishing of all management, personnel, equipment, tools, materials, vehicles and other items and services necessary to perform Land Mobile Radio (LMR) Services for Hurlburt Field, FL. Hurlburt Field LMR employs a Motorola 6.X Smart Zone narrowband digital Trunking System, a Motorola Multi-site Simulcast Paging System and a Whalen siren system. The contractor will be required to show proficiency in maintaining systems of this nature in past performance and have documented employee technical certification by the manufacturer. To obtain a copy of the Statement of Work and Equipment listing please contact Cinda Prescott at the following email address: cinda.prescott@hurlburt.af.mil The announcement number is F2F3206199A100. The North American Industry Classification System (NAICS) code for this acquisition is 811213 with a small business size standard of $6.5 million dollars. This procurement is set-aside 100% for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Item and any addenda to the provisions (JAN 06); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and past performance related factors with past performance significantly more important than price) (JAN 99); 52.212-3 Offeror Representations and Certifications- Commercial Items (JUN 06) Contractor must ensure annual reps and certs are current or complete them at http://www.bpn.gov/orca/. Please self-certify ORCA registration; FAR 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 05); 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 06), sub-clauses that apply to 52.212-5 (Dev) are 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 95); with Alternate I (OCT 95)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-6, Notice of Total Small Business Set-Aside (JUN 03); 52.222-3, Convict Labor (JUN 03); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 06); 52.222-21, Prohibition of Segregated Facilities (FEB 99); 52.222-26 Equal Opportunity (APR 02); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 98); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 04); 52.225-13 Restrictions on Certain Foreign Purchases (DEC 03); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT. 03); 52.232-18 F.O.B Destination (NOV 91); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 04); 252.204-7004 Alt A, Required Central Contractor Registration (CCR)(NOV 03); 52.222-41 Service Contract Act (JUL05); 52.222-42 Statement of Equivalent Rates for Federal Hire (MAY 89); 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (MAY 89); 52.222-47 SCA Minimum Wages and Fringe Benefits Applicable to Successor Contracts Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (MAY 89) (41 U.S.C. 351 et seq.); 52.217-5 Evaluation of Options (JUL90); 52.217-8 Option to Extend Services (NOV 99); 52.217-9 Option to Extend Term of Contract (MAR 00); 252.212-7000 Offeror Representations and Certifications ? Commercial Items (JUN 05); 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisitions of Commercial Items (JUL 06) sub-clauses that apply to 252.212-7001: 52.203-3 Gratuities (APR 84); 252.225-7001 Buy American Act and Balance of Payments Program (JUN 05); 52.252-2 -- Clauses Incorporated by Reference (FEB 98); 252.232-7003 Electronic Submission of Payment Report (JAN 04); To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this service, qualification package should be received NLT 4:00 PM., Central Time on September 25, 2006. Anticipated award date is approximately 1 week after the due date. Send all packages to 16 CONS/LGCY Attn: Cinda Prescott, 350 Tully St, Hurlburt Field, Florida, 32544-5818, or by facsimile to (850) 884-5372 or email to Cinda.Prescott@hurlburt.af.mil Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made based on best value for the Government, considering price and past performance. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. 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 and training information available at no cost is located at http://www.wawftraining.com.
 
Place of Performance
Address: Hurlburt Field FL
Zip Code: 32544
Country: UNITED STATES
 
Record
SN01140926-W 20060914/060912220914 (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.