Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

D -- DICAP Support and Accreditation Services

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6108
 
Archive Date
8/14/2009
 
Point of Contact
Jared B. Wiedmer, Phone: 7195564285
 
E-Mail Address
jared.wiedmer@us.af.mil
(jared.wiedmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-09-T-6108, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-32. (iv) This procurement is procured as a small business set-aside. The NAICS code is 541690 and the size standard is $7M. A single award will be made as a result of evaluation of quotes. (v) This requirement is for Information Assurance certification and accreditation support and consultation - CLIN 001 Provide material, labor, and support necessary to develop and maintain a DIACAP certification and accreditation for the JPPSO closed computer network. (vi) All services shall be performed for a three year period, base year plus two option years, the first period of performance starting the day of contract award. (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items (JANUARY 1999), 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: Lowest Cost/Technical Acceptable. (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). (c) 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. (ix) The provision at FAR 52.217-5, Evaluation of Options- As prescribed in 17.208(c), insert a provision substantially the same as the following: Evaluation of Options (JUL 1990) Except when it is determined in accordance with FAR 17.206 (b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option (s). (x) The provision at FAR 52.217-8, Option to Extend Services - As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance here-under shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (xi) The at FAR 52.217-9, Option to Extend the Term of the Contract - As prescribed in 17.208(g), insert a clause substantially the same as the following: (a) The Government may extend the term of this contract by written notice to the Contractor within_30 days_; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (xii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Sep 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. (xiii) FAR 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). USAGE: FAR 19.508: c) The contracting officer shall insert the clause at 52.219-6, Notice of Total Small Business Set-Aside, in solicitations and contracts involving total small business set-asides. Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Award will be based on low price meeting technical specifications. (xiv) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Feb 2009), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xv) The clause at FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) (Apr 2009), applies to this acquisition. (xvi) The following FAR Clauses are applicable to this solicitation: 1. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 2. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 3. FAR 52.222-25, Affirmative Action Compliance (Apr 1984) 4. FAR 52.222-26, Equal Opportunity (Mar 2007) 5. FAR 52.222-3, Convict Labor (Jun 2003) 6. FAR 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998) 7. FAR 52.222-44, Fair Labor Standards Act and Service Contract Act (Feb 2002) 8. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) 9. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003). The following DFARS clauses apply to this solicitation: 1. DFARS 252.212-7001, Required Central Contractor Registration (Sep 2007). 2. DFARS 252.212-7001 (DEV) Applicability on FSS Delivery Order 3. DFARS 252.227-7015, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2009); 4. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following AFFARS clause applies to this solicitation: 1. Ombudsman, AFFARS 5352.201-9101 as prescribed 5301.9103, (Aug 2005). (xvii) The Defense Priorities and Allocations System does not apply to this solicitation. (xviii) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Responses to this solicitation must be submitted no later than 2:00 PM, Mountain Standard Time on Thursday, 30 July 2009. (xix) POC is SrA Jared Wiedmer 719-556-4285 for information regarding this solicitation. Submit your quotes to SrA Jared Wiedmer, email address: jared.wiedmer@us.af.mil and FAX Number of 719-556-4538.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6108/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80903, United States
Zip Code: 80903
 
Record
SN01891037-W 20090731/090730000135-382a231881e94a9afbbfac8b5f86e87d (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.