Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
MODIFICATION

D -- Functional System Administrator

Notice Date
9/11/2007
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3P3BK7200A001
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
Point of Contact
Cory Chandler, Contract Specialist, Phone 210-652-5111, Fax 210-652-2759, - Jody Ehrhardt, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
 
E-Mail Address
cory.chandler@randolph.af.mil, jody.ehrhardt@randolph.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 12th Contracting Squadron, Randolph AFB TX, has a requirement to provide contractor support for laptop and workstation systems used within the 12 CPTS network. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. In accordance with FAR Part 19.405, this requirement is a 100% Service-disabled Veteran-owned Small Business Set-aside. Requirement is to provide necessary contractor support to deploy network applications and support current and future users in accordance with the attached Performance Work Statement. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The government intends to award a firm-fixed price contract to the responsible offeror submitting the quote that provides the best value to the government. The associated North American Industry Classification System Code (NAICS) is 541513; size standard $23 million. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicserach .aspx. In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. A single award will be to the contractor that (1) Demonstrates the ability to provide the required equipment and services described in the Performance Work Statement. (2) Is registered in the Central Contractor Registration (CCR) System. (3) Meets and complies with all the terms and conditions of the RFQ. (4) Represents the best value to the government as defined in FAR Part 2.101. Note: Best value means the expected outcome of an acquisition that, in the government?s estimation, provides the greatest overall benefit in response to the requirement. In determining the best value, the government shall consider the following two factors, which are equal in importance (a) Conformance to the Performance Work Statement (b) Price- price shall be firm-fixed price. The following provisions and clauses apply: 52.212-1 -- Instructions to Offerors -- Commercial Items. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.215-5 -- Facsimile Proposals 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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/these address: http://farsite.hill.af.mil 52.202-1 Definitions of Words and Terms Provisions and Clauses. 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper. 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph ? of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation date, etc. (2) No cost amended shipping instructions (ASI) if (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if (A) The change is within scope of the original order, (B) The contractor agrees; (C) The modification references the contractors verbal or written agreement. 52.204-7 -- Central Contractor Registration. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with these additional FAR clauses marked: 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor?Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity. 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-41 Service Contract Act of 1965, as Amended. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. END OF CLAUSES MARKED FOR 52.212-5 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.223-6 -- Drug-Free Workplace 52.222-48 -- Exemption from Application of Service Contract Act Provisions -- Contractor Certification 52.232-1 -- Payments. 52.232-18 Availability of Funds. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil 252.204-7004 ALTERNATE A (NOV 2003) Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) END OF CLAUSES MARKED FOR 225.212-7001 252.225-7031, Secondary Arab Boycott of Israel 252.225-7002 Qualifying Country Sources as Subcontractors. 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing of Contract Modifications 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Interested parties capable of providing the above must submit a written quote to include discount terms and a clear demonstration of conformance to the Statement of Work. Additionally, the quote shall contain the following: tax identification number, cage code, DUNS, and a firm evidence of ability to perform. All responses that meet the criteria contained herein will be considered. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database. NO EXCEPTIONS. To register, visit: http://www.ccr.gov or call 1-888-227-2423. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. All quotes are due not later that 4:00 p.m. Central Standard Time, 13 September 07, to the attention of SSgt Cory Chandler, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, or e-mailed to cory.chandler@randolph.af.mil. Email is the preferred method. Point of Contact: SSgt Cory Chandler, Contracting Specialist, Phone 210-652-5111, Fax 210-652-2759, Jody Ehrhardt, Contracting Officer, 12CONS/LGCB, 210-652-5183, jody.ehrhardt@randolph.af.mil .
 
Place of Performance
Address: 550 D Street East Suite 2, Randolph AFB, TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01402336-W 20070913/070911220939 (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.