Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

67 -- Closed Circuit Television System

Notice Date
9/20/2007
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8601-07-T-0089
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
Matthew Passage, Contracting Specialist, Phone 937-522-4515, Fax 937-656-1412, - Matthew Passage, Contracting Specialist, Phone 937-522-4515, Fax 937-656-1412,
 
E-Mail Address
matthew.passage@wpafb.af.mil, matthew.passage@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CLOSED CIRCUIT TELEVISION SYSTEM. This is a combined synopsis/solicitation for commercial items 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. Solicitation #FA8601-07-T-0089 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This acquisition will be as a 100% emerging small business set-aside. The NAICS code is 238210 with a size standard of $13.0 million. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ has one (1) line item. A Firm Fixed Price (FFP) type purchase order is anticipated with 1 line item as follows: 1. Acqusition of a Closed Circuit Television System in accordance with the attached Installation Instructions. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. Evaluation will be based on the overall best value for the government. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. Responding contractors shall include adequate information with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.fedbizopps.gov/. Contract financing will NOT be provided for this acquisition. By submission of a quote, the submitter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The following FAR Provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated By Reference (The fill-in for this provision is http://farsite.hill.af.mil/.) 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, and delivery. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required.) 52.212-3, Contractor Representations and Certifications The following FAR Clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated By Reference (The fill-in for this clause is http://farsite.hill.af.mil/.) 52.204-6, Data Universal Numbering System (DUNS) Number 52.225-13, Restrictions on Certain Foreign Purchases 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Vets 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) 52.222-41, Service Contract Act of 1965, as Amended 52.222-50, Combating Trafficking In Persons The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252.204-7004, Required Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.225-7002, Qualifying Countries Sources as Subcontractors 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, (for paragraph (b), the following applies): 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, Alternate III 52.219-28 ? Post-Award Small Business Program Rerepresentation. (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts? (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 238210 assigned to contract number FA8601-07-T-0088. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance NONE. (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) Contractors may register at http://www.fedbizopps.gov/ to receive notices of any amendments and/or addenda that may be issued to this solicitation. If not registered, it is the contractor?s responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotes prepared by debarred, suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. All responsible sources may submit quote packages, including technical capability (brand equivalency if applicable), and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, NO LATER THAN 24 September 2007, 12:00 PM EST. Point of contact for this acquisition is Matthew Passage, 937-522-4515. Quotes can be e-mailed (preferred) to Matthew.passage@wpafb.af.mil; faxed to 937-656-1412, Attn: Matthew Passage; or mailed to 88 CONS/PKBB, Attn: Matthew Passage, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.fedbizopps.gov/. Quotes are due no later than 24 September 2007, 12:00 PM EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN01415358-W 20070924/070922231111 (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.