Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
DOCUMENT

R -- Technical and Engineering Support Services for the Airborne Networking and Information Connectivity Missions - Solicitation 1

Notice Date
4/21/2008
 
Notice Type
Solicitation 1
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-R-0018
 
Point of Contact
Jacquelyn M. Fleet,, Phone: 315-330-3270
 
E-Mail Address
jacquelyn.fleet@rl.af.mil
 
Description
This is a solicitation for commercial items prepared in accordance with the format in FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-08-R-0018 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080331. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 541330 and small business size standard is $4,500,000. The contractor shall provide the following items on a firm fixed price basis: Technical and Administrative support for the Air Force Research Laboratory, Information Directorate, Networking Technology Branch, Rome Research Site, Rome, New York in accordance with the attached Statement of Work dated 1 April 2008. The period of performance will begin on the effective date of contract award and continue for a twelve (12) month period. The place of performance is AFRL/RIGC, Rome, NY. The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2007), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 2:30 PM, 5 May 2008. Submit to: AFRL/RIKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Jacquelyn.Fleet@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. Note: Use the attached bid schedule when submitting quotation. (b)(10) In addition to the Past Performance Information described in (b)(10), submit the following: resumes of key personnel. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: (i) price; (ii) past performance (see FAR 15.304 and 12.206); Past performance is equal to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2007), ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (l) of this provision and submit it with their offer/proposal. In addition, offerors shall complete and submit the representations and certifications at 52.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (l) of 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Feb 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 23183 Electronics Technician, Maintenance III WG-10/2 $22.60 + $7.33 = $29.93 The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 ALT III Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (AUG 2004) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. 5352.223-9001, Health and Safety on Government Installations (JUN 1997) 5352.245-9004 BASE SUPPORT (AFMC) (JUL 1997) Alternate I Base support shall be provided by the Government to the Contractor in accordance with this clause. Failure by the Contractor to comply with the requirements of this clause shall release the Government, without prejudice, from its obligation to provide base support by the date(s) required. If warranted, and if the Contractor has complied with the requirements of this clause, an equitable adjustment shall be made if the Government fails to provide base support by the date(s) required. (a) Base support includes Government-controlled working space, material, equipment, services (including automatic data processing), or other support (excluding use of the Defense Switched Network (DSN)) which the Government determines can be made available at, or through, any Air Force installation where this contract shall be performed. All Government property in the possession of the Contractor, provided through the base support clause, shall be used and managed in accordance with the Government Property clauses. (b) The Air Force installations providing the support shall be listed in subparagraph (e), and the Government support to be furnished by each installation under this contract shall be listed in subparagraph (f) (c) Unless otherwise stipulated in the contract schedule, support shall be provided on a no-charge-for-use basis and the value shall be a part of the Government's contract consideration. (d) The Contractor agrees to immediately report (with a copy to the cognizant CAO) inadequacies, defective Government-Furnished Property (GFP), or nonavailability of support stipulated by the contract schedule, together with a recommended plan for obtaining the required support. The Government agrees to determine (within 10 workdays) the validity and extent of the involved requirement and the method by which it shall be fulfilled (e.g., purchase, rental, lease, GFP, etc.). Facilities shall not be purchased under this clause. Additionally, the Contractor (or authorized representative) shall not purchase, or otherwise furnish any base support requirement provided by the clause (or authorize others to do so), without prior written approval of the Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or approval of other arrangements. (e) Following are installations where base support will be provided: Air Force Research Laboratory at Rome Research Site, Rome, New York. (f) The Government support to be furnished under this contract are office space up to 80 square feet in AFRL/RRS Building 3, access to facilities and personnel where project is being accomplished, access to the Internet and Intranet as appropriate, use of information technology resources necessary to accomplish the tasks, and office equipment necessary to complete routine technical and administrative tasks. Because of the nature and location(s) of the work performed, the value of such equipment is undeterminable. The Contractor shall not incur any cost resulting from nonsupport prior to Contracting Officer concurrence in accordance with this clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f8de01cc1f784c688f60a29a756b3daf&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Statement of Work (sow.doc)
Link: https://www.fbo.gov//utils/view?id=9e8b814054c660bf6eb2512a51e10e35
Bytes: 40.50 Kb
 
File Name: Bid Schedule (bidschedule.xls)
Link: https://www.fbo.gov//utils/view?id=0649c65d306c71ef81a26c9a1e1c09cb
Bytes: 26.50 Kb
 
File Name: Representations and Certifications (repsandcerts.doc)
Link: https://www.fbo.gov//utils/view?id=2fe706887757f34bed1596a7b5e16824
Bytes: 25.00 Kb
 
File Name: Wage Determination (wagedet.doc)
Link: https://www.fbo.gov//utils/view?id=a4ad44ec3fea2ea56b7300d98cf5abaa
Bytes: 110.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01558044-W 20080423/080421215307-f8de01cc1f784c688f60a29a756b3daf (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.