Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

R -- Personnel Systems Management and Awards/Decorations Support - Amendment 2

Notice Date
3/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-09-R-0004a
 
Archive Date
3/31/2009
 
Point of Contact
Maggie F Linkenhoker,, Phone: 937-522-4584, Maggie F Linkenhoker,, Phone: 937-522-4584
 
E-Mail Address
maggie.linkenhoker@wpafb.af.mil, maggie.linkenhoker@wpafb.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
AMENDMENT 0001 AMENDMENT 0001 IS HEREBY ISSUED TO CORRECT CLINS 0002, 0004, 0006, 0008 & 0010. CLOSING DATE REMAINS UNCHANGED. ********* SYNOPSITATION FOR PERSONNEL SYSTEMS MANGEMENT AND AWARDS/DECORATIONS SUPPORT FA8601-09-R-0004 TYPE OF ANNOUNCEMENT: This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Proposals are requested. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Submit proposals to 88 CONS/PKP, ATTN: Ms Maggie Linkenhoker, 1940 Allbrook Drive, Room 109, and Wright-Patterson AFB OH 45433-5309. Proposals are due no later than 4:00 PM Eastern Standard Time (EST) on 16 Mar 2009. A written solicitation is being used to facilitate proposal preparation and evaluation. The written solicitation must be downloaded from www.fbo.gov. No hard copies will be issued. On the page where the solicitation is posted is a link to a registration page if you would like to receive notices of amendments and/or addenda that may be issued to the solicitation. If you do not register, it is your responsibility to periodically review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contractors must be registered in the Central Contractor Registration (CCR) system prior to award for solicitations issued after 31 May 1998. To register in CCR, go to http://www.ccr.gov. DESCRIPTION OF REQUIREMENT: The requirement is for Non-Personal Services -Personnel Systems Management and Awards/Decorations Support to be performed at Wright-Patterson Air Force Base (WPAFB) IAW the Performance Work Statement (PWS), dated 5 Dec 2008, attached to the solicitation. The Contractor shall make available all personnel, equipment, vehicles, supervision and services necessary to perform the requirements of the PWS. The period of performance includes a base period of 1 April 2009 through 31 Mar 09 with four one-year option periods. COMPETITION: This acquisition is Hubzone competive set-aside. In order to qualify for this program, a business must meet the following criteria: It must be a certified Hubzone small business. The size standard is $7.0 million. The Federal Supply Class (FSC)/Service Code (SVC) is D307. The North American Industry Classification System (NAICS) code is 561110. The offerors shall include with its proposal a completed copy of the provision at FAR 52.219-1, Small Business Program Representations (Alternate I). TYPE OF SOLICITATION: Solicitation FA8601-09-R-0004 is a Request for Proposal (RFP). Offerors should pay close attention to the instructions in Addendum to 52.212-1, Instructions to Offerors - Commercial Items, which is incorporated in the solicitation document. The required contents of the proposal package are described in detail in the Addendum to 52.212-1. The offeror shall include with its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alternate I). The offerors shall include with its proposal a completed copy of the provision at Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications - Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commrcial Items, applies to this acquisition and there are no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 that are applicable to this acquisition are marked with an "x". All applicable provisions and clauses are incorporated into the solicitation document and are those in effect through Federal Acquisition Circular (Fac) 2005-22, Effective 24 Dec 2007 and Class Deviation 2005-0001. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). METHOD OF EVALUATION: This acquisition will use the Lowest Priced Technical Acceptable (LPTA) technique; the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. All pricing shall be evaluated FOB Destination to Wright-Patterson Air Force Base Ohio, 45433-5309. TYPE OF CONTRACT CONTEMPLATED: The Government anticipates award of a firm-fixed-price contract to the responsible offeror whose proposal is most advantageous to the Government. However, the Government reserves the right to make no award at all depending on the quality of the proposals received, prices submitted, and the availability of funds. Contract financing will not be provided for this acquisition. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. ELECTRONIC INVOICING: IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under Department of Defense (DoD) contracts to be submitted in electronic format. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors shall register for an account at https://wawf.eb.mil. OMBUDSMAN: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact Mr. Howard E. Marks Jr, ASC/AQH, 1755 11th Street, Building 570, Room 110, Wright-Patterson AFB OH, 45433-7404, telephone 937-255-5995, fax 937-656-7540, or via email to Mark.Howard@wpafb.af.mil (See AFFARS 5352.201-9101 OMBUDSMAN clause for additional information.) POINT OF CONTACT: Complete proposals are due no later than 4:00 P.M. EST on 16 Mar 2009. Proposals shall be sent to 88 CONS/PKP, ATTN: Ms. Maggie Linkenhoker, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433-5309. All correspondence pertaining to this solicitation shall conspicuously reference "FA8601-09-R-0009. Offerors may reach Ms Linkenhoker by telephone at 937-522-4584 or via e-mail at Maggie.Linkenhoker@wpafb.af.mil. All correspondence sent via e-mail shall contain a subject line that reads "FA8601-09-R-0004". E-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the e-mail filters at Wright-Patterson. Ensure only.PDF,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=781318a9be8d6b16bcd0dd22a21934be&tab=core&_cview=1)
 
Place of Performance
Address: Wright Patterson Air Force Base, Ohio, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01763125-W 20090307/090305221338-781318a9be8d6b16bcd0dd22a21934be (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.