Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

D -- Supervisory Control and Data Acquistion (SCADA) System Maintenance

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4E3ZA7214AQ06-2
 
Response Due
9/20/2007
 
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 will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This is a 100% Small Business Set-Aside. The point of contact for this RFQ is A1C Daniel Blackmore at (660) 687-5431. Statement of Work FY 08 Maintenance of Supervisory Control And Data Acquisition System WHITEMAN AIR FORCE BASE, MISSOURI 1. SCOPE OF WORK 1.1 Provide all services, materials, equipment, personnel, parts, and labor to maintain the Supervisory Control and Data Acquisition (SCADA) System on Whiteman Air Force Base, Missouri. 1.2 Maintenance services shall be performed during two (2) visits. During each site visit, service technician shall perform inspection, testing and cleaning as necessary. Contractor shall install all applicable software upgrades and conduct any required training due to software enhancements. 2. PARTS 2.1 Contractor shall provide a Parts and Service Price List for replacement parts and/or repair. 2.2 Parts that do not appear on this list shall be quoted upon request. 3. EMERGENCY SUPPORT 3.1 When the CADA system is malfunctioning, 509 CES/CEOUB (Waste Water Treatment Plant) will initiate a service call for questions regarding operations of, or problems arising with, the system during normal business hours to the contractor. Contractor shall be available to provide service within seventy-two (72) hours of service call. On site emergency support requested by 509 CES which is beyond the scope of the maintenance visits will be billed at the rates listed on Contractor?s Service Pricing Sheet. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following provisions and clauses apply to this acquisition most recent to FAC 2005-19, DCN 20070802, and AFAC 2007-0531: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment; FAR 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements.. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. FAR 52.232-19 -- Availability of Funds for the Next Fiscal Year applies. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The applicable North American Industry Classification System (NAICS) Code is 541511. The Small Business Size Standard is $23.0 MIL. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of A1C Blackmore. NOTE: Quotations must be received by 20 September 2007, 12:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. The primary consideration in evaluation of quotes received is the overall cost.
 
Place of Performance
Address: 660 10th Street, suite 211, Whiteman AFB, Missouri
Zip Code: 65305
Country: UNITED STATES
 
Record
SN01407194-W 20070916/070915193959 (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.