Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

S -- Toll Free Phone Numbers - Attachments

Notice Date
9/2/2008
 
Notice Type
Attachments
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1QTMS8233A001
 
Archive Date
9/20/2008
 
Point of Contact
Aaron Waltersdorff, Phone: 302-677-2045
 
E-Mail Address
aaron.waltersdorff@dover.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/ solicitation for services prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1QTMS8233A001 and this solicitation is being issued as a Request For Proposal. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080513. This solicitation is set-aside 100% for Small Businesses. The contractor must present with its offer documentation that the company is a small business concern under the North American Industry Classification System Code (NAICS) 517911, size standard 1500. The contractor shall furnish all labor, materials, equipment, supplies, and transportation as required per statement attached statement of work beginning 1 October 2008 through 30 September 2009. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." The provision at 52.212-2, Evaluation - Commercial Items. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price only. (b) Options: The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-27, Notice of Total Service Disabled Verteran Owned Small Business Set Aside, 52.222-3, Convict Labor, 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, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The provision at 52.215-1, Instruction to Offerors - Competitive Acquisition The provision at 52.217-5, Evaluation of Options. The clause at 52.217-8, Option to Extend Services. The clause at 52.217-9, Option to Extend the Term of the Contract. The clause at 52.203-3 Gatuities. The clause at 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. The clause at 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. The clause at 52.222-41, Service Contract Act of 1965. The clause at 52.222-42, Statement of Equivalent Rates of Federal Hires. The clause at 52.222-43, Fair and Labor Standards Act and Service Contract Act The clause at 52.228-5, Insurance Work on Government Installation. The clause at 52.232-18, Availability of Funds. The provision at 252.212-7000, Offeror Representation and Certifications -Commercial Items. The clause at 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The clause at 252.232-7003 Electronic Submission of Payment Requests. The clause at 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. The Government reserves to award without discussion if it's in our best interest. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit with their proposal containing their price and solicitation number by Friday, 5 September 2008 at 11:00 AM EST to the contracting office by email or fax in order to be considered for award. Responses that are late will not be considered. POC information: Aaron M Waltersdorff, SrA, USAF 302-677-2045 (Work Phone) 302-677-5217 (Fax) Aaron.waltersdorff@dover.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a99f6c06170fb221c4856134cb529539&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: SOW (SOW.pdf)
Link: https://www.fbo.gov//utils/view?id=8e78cabc69fffef393df15e2c36c50eb
Bytes: 96.25 Kb
 
File Name: Bid Schedule (Bid Schedule.xls)
Link: https://www.fbo.gov//utils/view?id=acde98d0f514e9c93f7cc7df6a6475b0
Bytes: 26.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN01657255-W 20080904/080902221330-a99f6c06170fb221c4856134cb529539 (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.