Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

R -- Technical Engineering Laboratory Support

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0007
 
Response Due
6/5/2007
 
Archive Date
6/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-R-0007 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070426. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 541330 and small business size standard $4,500,000. The contractor shall provide the following items on a labor hour basis: Technical Engineering laboratory support for a base period of five months and an option period of one year for the Air Force Research Laboratory, Rome Research Site Photonic Technology Branch in accordance with the attached Statement of Work. The following is the anticipated CLIN structure: Base Period Electronic Technician Estimated Quantity 800 Unit of Issue Labor Hours Unit Price _____ Total _____ Option Period Electronic Technician Estimated Quantity 1920 Unit of Issue Labor Hours Unit Price _____ Total _____ Use attached bid schedule when submitting proposal. Contract will be written as a Labor Hours contract. Invoicing will be monthly for actual hours used. The period of performance is expected to begin 8 June 2007 through 30 November 2007 with one option period running from 01 December 2007 through 30 November 2008. The place of performance is AFRL/SN, Rome, NY. IAW 52.232-18 Availability of Funds (Apr 1984) funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The provision at 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 2:30 PM, 4 June 2007. Submit to: AFRL/IFKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Janet.Sheehan@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the services being offered. (b)(10) In addition to the Past Performance Information described in (b)(10), submit the following: resumes of key personnel. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999) applies. Paragraph (a)-The following evaluation factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Past performance (iii) Price All evaluation factors other than price, when combined, are approximately equal to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (k) of this provision and submit it with their offer/proposal. In addition, offerors shall complete and submit the representations and certifications at 52.212-7000, Offeror Representations and Certifications--Commercial Items.(JUN 2005). For your convenience, paragraph (k) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (MAR 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.217-5, Evaluation of Options (July 1990) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 23183 Electronics Technician, Maintenance III WG-10/2 $22.09 + $7.17 = $29.26 The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) 252.227-7015 Technical Data--Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (OCT 2006) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.246-7003 Notification of Potential Safety Issues (JAN 2007) 5352.201-9001, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. 5352.223-9001, Health and Safety on Government Installations (JUN 1997) 5352.237-9001, Requirements Affecting Contractor Personnel Performing Mission Essential Services (OCT 2004) 5352.245-9004 BASE SUPPORT (AFMC) (JUL 1997) Alternate I Base support shall be provided by the Government to the Contractor in accordance with this clause. Failure by the Contractor to comply with the requirements of this clause shall release the Government, without prejudice, from its obligation to provide base support by the date(s) required. If warranted, and if the Contractor has complied with the requirements of this clause, an equitable adjustment shall be made if the Government fails to provide base support by the date(s) required. (a) Base support includes Government-controlled working space, material, equipment, services (including automatic data processing), or other support (excluding use of the Defense Switched Network (DSN)) which the Government determines can be made available at, or through, any Air Force installation where this contract shall be performed. All Government property in the possession of the Contractor, provided through the base support clause, shall be used and managed in accordance with the Government Property clauses. (b) The Air Force installations providing the support shall be listed in subparagraph (e), and the Government support to be furnished by each installation under this contract shall be listed in subparagraph (f) (c) Unless otherwise stipulated in the contract schedule, support shall be provided on a no-charge-for-use basis and the value shall be a part of the Government's contract consideration. (d) The Contractor agrees to immediately report (with a copy to the cognizant CAO) inadequacies, defective Government-Furnished Property (GFP), or nonavailability of support stipulated by the contract schedule, together with a recommended plan for obtaining the required support. The Government agrees to determine (within 10 workdays) the validity and extent of the involved requirement and the method by which it shall be fulfilled (e.g., purchase, rental, lease, GFP, etc.). Facilities shall not be purchased under this clause. Additionally, the Contractor (or authorized representative) shall not purchase, or otherwise furnish any base support requirement provided by the clause (or authorize others to do so), without prior written approval of the Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or approval of other arrangements. (e) Following are installations where base support will be provided: Air Force Research Laboratory at Rome Research Site. (f) The Government support to be furnished under this contract are support services for the photonics processing branch to include research, development, test, evaluation and limited acquisition of techniques, capabilities and systems for surveillance, reconnaissance, communications, reliability, compatibility, command and control, electromagnetics, solid state sciences, and photonics as stated in the Statement of Work. Because of the nature and location(s) of the work performed, the value of such equipment is undeterminable. The Contractor shall not incur any cost resulting from nonsupport prior to Contracting Officer concurrence in accordance with this clause. (g) When this contract is a cost, cost-reimbursement, time-and-materials, or labor hour contract, the Contractor agrees that in the performance of this contract or any major subcontract no direct or indirect costs for property will be incurred if the Government determines that property is available at, or through any Air Force installation where this contract shall be performed. Only the prior written approval of the Contracting Officer can relieve the Contractor from this restriction. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (see website-https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Numbered Notes apply: 1 All responsible organizations may submit a proposal, which shall be considered.
 
Record
SN01300291-W 20070524/070522220727 (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.