Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SPECIAL NOTICE

D -- SARMaster Annual Maintenance Contract

Notice Date
12/6/2007
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4800-08-Q-BM03
 
Response Due
12/10/2007
 
Archive Date
12/25/2007
 
Point of Contact
Brye McMillon Jr, Contract Administrator, Phone 757-764-4918, Fax 757-764-7447, - Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447
 
E-Mail Address
brye.mcmillon@langley.af.mil, anissa.ragland@langley.af.mil
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-08-Q-BM02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. The 1st Contracting Squadron intends to issue a sole-source procurement action (Firm Fixed Price) with EMS Technologies Canada LTD, 400 Maple Grove Road, Kanata, Ontario, Canada, under the authority of 10 U.S.C. 2304(c)(I) and FAR 6.302-1. The associated NAICS code is 541511 with a $23M size standard. This RFQ contains 1 lines items. The line item descriptions are as follows: Contractor will provide the Air Force Rescue Coordination Center (AFRCC) support for software/systems engineering maintenance for the SARMaster mission management system in direct support of the US Inland Search and Rescue (SAR) mission. Line Item 0001, Labor, Qty: 1 ea; Line Item 0002, Travel, Qty: 2 ea; Line Item 0003, Software Support Subscriptions, Qty: 15 ea. All of the line items are IAW the Performance Work Statement (PWS). A copy of the PWS will be provided upon request. End Item Description. FOB point is Destination. The required period of performance is one year. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-28 ? Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41 -- Service Contract Act of 1965, FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires, FAR 52.222-50 -- Combating Trafficking in Persons, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: TSgt Anissa S. Ragland., 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Brye McMillon Jr. at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 10 December 2007, 12:00 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Brye McMillon Jr., Contract Administrator, Commercial Phone 757-764-4918, Fax 757-225-7443, E-mail brye.mcmillon@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
 
Place of Performance
Address: Langley AFB, Va
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01465038-W 20071208/071206223803 (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.