Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
MODIFICATION

63 -- Base Security Maintenance

Notice Date
7/6/2007
 
Notice Type
Modification
 
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
7/28/2007
 
Point of Contact
David Diniz, Contract Specialist, Phone (310) 653-5389, Fax (310) 653-5376, - Audrey Campbell, Contracting Officer, Phone 310-653-5382, Fax 310-653-5376,
 
E-Mail Address
david.diniz@losangeles.af.mil, audrey.campbell@losangeles.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. Type of Action: L 2. Classification Code: U ? Security System Maintenance 3. Title: Security System Maintenance 4. Response Date: 13 July 2007, 1:00 pm (Pacific Standard) 5. Primary POC: David Diniz, david.diniz@losangeles.af.mil 310-653-5389 6. Secondary POC: Audrey Campbell, audrey.campbell@losangeles.af.mil 310-653-5382 7. Reference Number: 8. Solicitation Number/Contract Award #: FA2816-07-T-0007 9. Award Amount: N/A 10. Contractor: N/A 11. Awarded CLIN #: N/A 12. Description: This is an amendment to 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 2005-117, 15 May 2007. The North American Industry Classification System (NAICS) code is 561621 with a size standard of $11,500,000.00. 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, Base Period, 12 months of Maintenance Service for Los Angeles Air Force Base Security System in accordance with the Performance Work Statement (PWS), CLIN 0002, Option 1, 12 months of Maintenance Service for Los Angeles Air Force Base Security System in accordance with the Performance Work Statement (PWS), CLIN 0003, Option 2, 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 3) 29 May 2007, is also applicable and can be found at (http://www.wdol.gov) and will be attached to this site; the PWS will be an attachment to this site. In addition, copies of the PWS and the Wage Determination can be obtained from the contract administrator. 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. Option years will be awarded based on availability of funds. Place of Performance: Los Angeles Air Force Base, 483 N. Aviation Blvd., El Segundo, Ca 90245-2808. Acceptance: By Government FOB: Destination The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors Commercial Items (Sep 2006) applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (Jan 1999) (a) 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, price and other factors consider the following factors shall be used to evaluate offers: 1. Contractor?s workers must have a secret clearance: 2. Proof of secret clearances must be submitted. 3. Technicians must be certified in both MDI hardware and software. 4. Their certifications must be submitted. 5. Three years of experience with MDI hardware and software must be submitted. 6. Contractor must be a MDI Dealer. 7. Contractor must be in good standing with MDI. For proof of Dealership and Standing a signed letter from MDI must be submitted. 8. References of past must be submitted. Past Performance will be evaluated based on relevance to the work described in the PWS and recency; work performed within the last three years. If the technical requirements are not met the offer will be rejected without consideration of past performance or price. If the technical requirements are met then price and past performance will be weighted equally. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) (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). 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 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 52.252-2, Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil/vffara.htm) Defense FAR Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); The following clauses at FAR 52.503-2 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (Oct 1995); FAR 52.204-7 Central Contractor Registration (Jul 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Exedutive Orders Applicable to Defense Acquistions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certications ? Commercial Items DFARS 252.222-7006 Combating Trafficking in Persons DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate DFARS 252.204-7003 Control of Government Personnel Work (Apr 1992); DFARS 252.223-7004 Drug-Free Work Force (Sep 1988); AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements, (Apr 2003); AFFARS 5352.215-9000 Facility Clearance (May 1996); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002); AFFARS 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/. 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 1:00 pm, Pacific Standard Time, 13 July 2007. They will be accepted by mail at: 61 CONS/LGCA, ATTN: David Diniz, 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 mailto:david.diniz@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.
 
Place of Performance
Address: 61 CONS/LGCB, 483 N. AVIATION BLVD, EL SEGUNDO, CA
Zip Code: 90245-2808
Country: UNITED STATES
 
Record
SN01335981-W 20070708/070706220809 (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.