Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

D -- Television Services - Statement of Need

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
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
F1Q3RX0025A001-2
 
Archive Date
3/12/2010
 
Point of Contact
Jordan Bonds, Phone: 302-677-5233, Kazzandra Dexter, Phone: 302-677-5042
 
E-Mail Address
jordan.bonds2@dover.af.mil, kazzandra.dexter@dover.af.mil
(jordan.bonds2@dover.af.mil, kazzandra.dexter@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule Statement of Need This is a combined synopsis/ solicitation for commercial items 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 F1Q3RX0025A001-2 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 is not a set aside requirement. The North American Industry Classification System Code (NAICS) 515210, size standard $15.0M. The contractor shall provide the following Services: Broadcast Television Services at Dover AFB, DE in accordance with the attached Statement of Need dated 5 September 2009 (Attachment 1). A site visit will be made available upon request. This is a one time requirement. 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-Commercial Items. -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." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of one part; Part I - Price Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: PART I - PRICE PROPOSAL Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a 7 month period beginning 1 March 2010, ending on 30 September 2010. Ensure that any and all associated fees are included in the proposal, and that all applicable and/ or necessary information is provided regarding services to be performed necessary for evaluation purposes. 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 provide the best value to the Government. The contractor must be able to have services ready for use, and in place not later than 1 March, 2010. (b) 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. 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: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.222-3, Convict Labor, 52.222-19 Child Labor---Cooperation with Authorities and Remedies, 52.232-36 Payment by Third Party, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 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, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at 52.215-1, Instruction to Offerors - Competitive Acquisition 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 Gratuities. 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 252.204-7003 Control of Government Personnel Work Product. The clause at 252.204-7004 Alternate A, Central Contractor Registration. 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 the right to award without discussion. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit with their proposal the bid schedule containing their price and solicitation number by Thursday, 25 February 2010 at 12:00 PM EST to the contracting office by email in order to be considered for award. Responses that are late will not be considered. POC information: Jordan E Bonds, SSgt, USAF 302-677-5220 (Work Phone) Jordan.bonds2@dover.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3RX0025A001-2/listing.html)
 
Place of Performance
Address: Dover AFB, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02072772-W 20100225/100223235213-6f5e8b87a76e592b16ce39fe888fb817 (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.