Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

63 -- Base Security Maintenance

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2816-07-T-0007
 
Response Due
7/2/2007
 
Archive Date
7/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Commercial Purchase in accordance with FAR Part 12. This is a combined synopsis/solicitation for commercial services 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. Quotes are being requested and a written solicitation will not be issued. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-07-T-0007. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, 22 March 2007. The North American Industry Classification System (NAICS) code is 561621 with a size standard of $10,000,000.00. This solicitation is 100 percent set-aside for small business concerns. In accordance with FAR Part 12, the Contractor shall provide pricing for each contract line item number (CLIN) as follows: CLIN 0001, 12 months of Maintenance Service for Los Angeles Air Force Base Security System in accordance with the Performance Work Statement (PWS). CLIN 0002, 12 months of Maintenance Service for Los Angeles Air Force Base Security System in accordance with the Performance Work Statement (PWS) and CLIN 0003, 12 months of Maintenance Service for Los Angeles Air Force Base Security System in accordance with the Performance Work Statement (PWS). The Wage Determination No. 2005-2047, (Rev 2) 29 Nov 2006, is also applicable. Contact the contract administrator to obtain copies of the PWS and the Wage Determination. This acquisition will be firm fixed price. The period of performance will be for one year from the contract start date with two option years. Quote submitted should include price for the basic year and each of two option years. Option years will be awarded based on availability of funds. Interested vendors have ten (10) days from publication of this Synopsis/RFQ to submit their quote. Anticipated award date is contemplated as 3 Jul 07. The list of appropriate provisions and clauses is included. The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors Commercial Items (Sep 2006) applies to this acquisition. The list of appropriate provisions and clauses are attached. For full text of a provision or clause, the following website is provided: http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM. In accordance with FAR 52.212-2, Evaluation -Commercial Items (Jan 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The evaluation criteria for this solicitation will consist of the ability of the Offeror to meet the agency requirements, price, technical, past performance and best value to the Government. Technical evaluation criteria shall consist of the following: Possession of all certifications listed in 1.1 of the PWS; The Government may award a contract on the basis of initial offers received without discussions. Therefore, each initial offer should contain the best terms, provide the Government the best possible service end product, and furnish sufficient past performance references. All responsible sources may submit an offer, which will be considered. All offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ? Commercial Items (Nov 2006), with its offer and register at the On-Line Representations and Certifications Application (ORCA) located at http://orca.bpn.gov with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Feb 2007), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Mar 2007), applies to this acquisition. The following clauses at FAR 52.204-8, Annual Representations and Certifications (Jan 2006) FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4 Applicable Law for Breech of Contract Claim Oct 2004); FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); Defense FAR Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2003) are applicable to this acquisition. The following clauses at FAR 52.503-2 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (Oct 1995); FAR 52-204-4, Printed or Copied Double-sided on Recycled Paper (Aug 2000); FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.204-7 Central Contractor Registration (Jul 2006); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006); FAR; FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); DFAR 252.204-7000 Disclosure of Information (Dec 1991); DFAR 252.204-7003 Control of Government Personnel Work (Apr 1992); DFAR 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001); and DFAR 252.223-7004 Drug-Free Work Force (Sep 1988); 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements, (Apr 2003); 5352.215-9000 Facility Clearance (May 1996); 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002) and 5352.242-9001 Common Access Cards for Contractor Personnel (Aug 2004) are also applicable. To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number will be acquired from the website: http://www.dnb.com/. Verification of CCR registration and Tax ID number must accompany your quote. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The Contractor shall complete all the above forms/attachments as directed and return to 61 CONS/LGCA. The completed RFQ with the required attachments shall be submitted by 8:00 AM, Pacific Standard Time, 2 July 2007. They will be accepted by mail at: 61 CONS/LGCA, ATTN: David Dines, 483 N Aviation Blvd, El Segundo, CA, 90245-2808 but must be received by the time requested above. RFQs will also be accepted by FAX to: 310 653-5376. Email will also be acceptable at elaine.marquez@losangeles.af.mil and audrey.campbell @losangeles.af.mil. Oral communication is not acceptable in response to this Synopsis/Solicitation. Questions may be directed to David Diniz, (310) 653-5389 or Ms. Audrey Campbell, (310) 653-5382.
 
Place of Performance
Address: 61 CONS/LGCB, 483 N. AVIATION BLVD, EL SEGUNDO, CA
Zip Code: 90245-2808
Country: UNITED STATES
 
Record
SN01328043-W 20070628/070626220954 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.