Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

T -- MicroFilm/MicroFiche Scanning Services

Notice Date
9/5/2008
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
F1J5AF8213A002
 
Response Due
9/15/2008 12:00:00 PM
 
Archive Date
9/16/2008
 
Point of Contact
Elaine Perales,, Phone: 2105366365, Ralph Urias,, Phone: 210-536-4401
 
E-Mail Address
elaine.perales@brooks.af.mil, Ralph.Urias@brooks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1 REPLACES IN ITS ENTIRETY THE PREVIOUS ATTACHMENTS LISTED IN THE FOLDER ENTITLED "SOLICITATION PACKAGE". AMENDMENT 1 WAS NECESSARY TO POST READABLE PDF FILES. 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 (use attached bid sheet) and a written solicitation will not be issued. Alternate proposals are not allowed. The Government intends to evaluate proposals and make award without discussions. The solicitation number (F1J5AF8213A002) is issued as a request for proposal (RFP) which will result in a Indefinite Delivery Indefinite Quantity Contract(IDIQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 518210, and the small business size standard is $25M. This requirement consists of three (3) contract line items numbers (CLINS):0001 - FFP - MicroFiche Scanning Services; 0002 - FFP - Microfilm Scanning Services - 16MM Continuous; and 0003 - FFP - Microfilm Scanning - 16MM Mixed. Period of Performance under this contract shall be from effective date of award through 30 Sep 2010. Description: The Contractor shall provide scanning services to the Aeromedical Consultation Service - ECG Library IAW Performance Work Statement, dated 21 August 2008. The place of performance will be at the contractor site. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. (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, price and other factors considered. The following factors shall be used to evaluate offers: 1.) Technical approach to meet the requirements of the Performance Work Statement. The technical approach should include steps to ensure HIPPA compliance while handling and transporting materials to be scanned. 2.) Past Performance. Past performance will be evaluated based on an assessment of the contractors submission of past performance information. Each offeror will be assigned one of the following performance confidence assessments: TABLE 3- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description Substantial Confidence Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. 3) Price - The total evaluated price will be determined by multiplying the unit prices to the maximum quantity of images for CLINS 0001, 0002 and 0003. The three CLIN prices will be summed to determine the total evaluated price. Technical approach and past performance when combined are more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation procedures outlined in FAR 15.304 shall apply to the acquisition. The provision at DFARS 252-212-7000, Offeror Representations and Certifications - Commercial Items (June 2005), applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. The provision at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Far Clause 52.216-19 Order of Limitations,(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor--(1) Any order for a single item in excess of 8,280,000 images ; (2) Any order for a combination of items in excess of 10,630,000 images; or (3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. Far Clause 52.216-22 FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995), (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 6 months after expiration of ordering period. The provision in FAR Clause 52.216-18 ORDERING (OCT 1995), (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from "Effective Date of Award" through 30 Sep 2010. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR Clause 52.216-27 applies to the acquisition. The contract at 52.204-3, Taxpayer Identification, applies to this acquisition. The provision at 52.204-8, Annual Representations and Certifications, applies to this acquisition. The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.219-1, Small Business Program Representations, applies to this acquisition. The provision at 52.222-25, Affirmative Action, applies to this acquisition. Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The provision at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7022 ; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. The clause 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2006). The clause at AF 5352.201-9101 OMBUDSMAN (Aug 2005), (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Edward Noack, 3300 Sidney Brooks, Bldg 532, Brooks City-Base, Tx 78235-5112, phone: 210-536-2319, fax: 210-536-6642, email: edward.noack@brooks.af.mi (Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses). Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. DFAR Clause 252.232-7010 applies to this acquisition. The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. Commerce Business Daily numbered note 1 applies to this acquisition. The solicitation due date is 15 September 2008, 12:00 PM CST. The assigned Contract Specialist is Elaine Perales, and can be reached at 210-536-6365, or email Elaine.perales@Brooks.af.mil. Direct any questions to Elaine.perales at the number above or contact Ralph M. Urias at 210-536-4401.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26c8100f5df8ad3f38edd213f99278ec&tab=core&_cview=1)
 
Place of Performance
Address: United States School of AeroSpace Medicine, USAFSAM/FECI, 2507 Kennedy Circle, Brooks City-Base, Texas, 78235, United States
Zip Code: 78235
 
Record
SN01661514-W 20080907/080905222943-26c8100f5df8ad3f38edd213f99278ec (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.