Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

R -- DIACAP Support Services - Attachments to FA3002-10-R-0045

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-10-R-0045
 
Archive Date
5/15/2010
 
Point of Contact
Melissa A. Gonzalez, Phone: 210-652-3260, Joseph S Sitterly, Phone: 210-652-4259
 
E-Mail Address
melissa.gonzalez@randolph.af.mil, joseph.sitterly@randolph.af.mil
(melissa.gonzalez@randolph.af.mil, joseph.sitterly@randolph.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FA3002-10-R-0045, Attachment 9: DD 254 FA3002-10-R-0045, Attachment 8: Evaluation Criteria - Basis for Contract Award FA3002-10-R-0045, Attachment 7b: Past Performance Questionnaire FA3002-10-R-0045, Attachment 7a: Past Performance Worksheet FA3002-10-R-0045, Attachment 7: Additional Instructions to Offerors FA3002-10-R-0045, Attachment 6: Sample Task Order PWS Addendum #4 (FISMA) FA3002-10-R-0045, Attachment 5: Sample Task Order PWS Addendum #3 (AUL ILS) FA3002-10-R-0045, Attachment 4: Sample Task Order PWS Addendum #2 (SecondLife) FA3002-10-R-0045, Attachment 3: Sample Task Order PWS Addendum #1 (E-Exams3) FA3002-10-R-0045, Attachment 2: PWS (Basic Contract) FA3002-10-R-0045, Attachment 1: Schedule B Part 1 and Part 2 (Cost Mode) Contracting Office Address Department of the Air Force, Headquarters Air Education and Training Command, Randolph AFB - Contracting Office, 2021 First Street West, Randolph AFB, TX, 78150-4302 Description DoD Information Assurance Certification and Accreditation Process (DIACAP) Support Services The AETC Contracting Squadron at Randolph AFB intends to award a single award indefinite delivery/indefinite quantity (IDIQ) contract for contractor support to complete short notice task orders for certification and accreditation(C&A) under the Air Force implementation of DoD Information Assurance Certification and Accreditation Process (DIACAP) as described in the basic Performance Work Statement (PWS) (see Attachment 2) and sample Task Order PWS Addendums (Attachments 3, 4, 5 and 6). Support will also include Security, Interoperability, Sustainability, Supportability and Usability (SISSU). A Firm Fixed Priced Award will be in accordance with the following: (i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. (ii) This solicitation, number FA3002-10-R-0045, is issued as a Request For Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-39. (iv) In accordance with FAR Part 19.1405, Service-disabled Veteran-owned Small Business Set-aside Procedures, this procurement is set aside for Service-disabled Veteran-owned Small Businesses. The NAICS Code is 541512; size standard is $25 Million. (v) See Attachment 1, Schedule B, for list of contract line item numbers (CLINs), items, quantities, and units of measure. The minimum amount to be ordered under this contract is $100,000.00 and the maximum ceiling amount is $24,000,000.00. (vi) DESCRIPTION OF SUPPLIES/SERVICES See attached Schedule B (Attachment 1), basic PWS dated 12 Mar 10 (Attachment 2), and four (4) sample Task Order PWS Addendums (Attachment 3: E-Exams 3, Attachment 4: SecondLife, Attachment 5: AUL ILS, and Attachment 6: FISMA). (vii) The anticipated single award IDIQ contract will be awarded with a five (5) year ordering period. The specific Period of Performance (POP) for each Task Order will be determined at time of award of each Task Order. Place of Delivery will be Randolph AFB, TX and all other AETC installations. Acceptance (FOB: Destination) will be conducted by AETC/A6. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial (June 2008), applies to this acquisition. See Attachment 7 for additional Instructions to Offerors. 52.212-1 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. (ix) In accordance with FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) See Attachment 8 for Evaluation Criteria. (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 Acceptability (2) Past Performance (3) Price The firm fixed price shall include any volume or spot discounts. Since the Government intends to award a contract without discussions with respective offerors, you are encouraged to offer your most advantageous pricing in the initial response. (x) In accordance with FAR 52.212-3, Offeror Representation and Certification of Commercial Items (Aug 2009), Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://orca.bpn.gov. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. Addenda to the clause: 52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Dec 2009) (Deviation), applies to this acquisition. (xiii) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text) : WAWF Invoicing Instructions; 52.203-3, Gratuities (Apr 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6, Alt I; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.204-7, Central Contractor Registration (Apr 2008); 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999); 52.212-3, Offeror Representation and Certifications-Commercial Items (Aug 09); 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-4, Addendum; 52.212-5, Contract Terms and Conditions/ Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders/ Commercial Items (Deviation) (Dec 2009); 52.216-1, Type of Contract (Apr 1984); The Government contemplates award of a Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. 52.216-18, Ordering (Oct 1995); (a) 24 Jul 10 through 23 Jul 15 52.216-19, Order Limitations (Oct 1995); (a) $5,000.00 (b)(1) $400,000.00 (2) $500,000.00 (3) $3M (d) 10 days 52.216-22, Indefinite Quantity (Oct 1995); (b) 23 Jul 16 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (May 2004); 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-24, Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans (Sep 2006); 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003); 52.224-1, Privacy Act Notification (Apr 1984); 52.224-2, Privacy Act (Apr 1984); 52.225-13, Restrictions on Certain Foreign Purchases Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (Oct 2003); 52.233-1, Disputes (July 2002); 52.233-2, Service of Protest (Sep 2006); 52.233-3, Protest After Award (Aug. 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.239-1, Privacy or Security Safeguards (Aug. 1996); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (JAN 2009); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. (JAN 2009); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007); 252.204-7000, Disclosure of Information (Dec 1991); 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005); 252.212-7001, Deviation 209-O0005, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008); 252.243-7001, Pricing of Contract Modifications (Dec 1991); 5352.201-9101, Ombudsman (Aug 2005); 5352.204-9000, Notification of Government Security Activity and Visitor Group Agreements (Apr 2003); 5352.215-9000, Facility clearance (MAY 1996); 5352.223-9001, Health and Safety on Government Installations(JUN 1997); 5352.242-9000, Contractor access to Air Force installations. (AUGUST 2007); 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel(AUG 2004) (xiv) Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address: http://www.bis.doc.gov/dpas/default.htm (xv) Interested parties capable of providing the above must submit a written proposal (see all Attachments) to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Questions in response to this notice shall be provided in writing via email to both Melissa Gonzalez: melissa.gonzalez@randolph.af.mil and Joseph Sitterly: joseph.sitterly@randolph.af.mil no later than 3:00 PM CST on Friday, 23 Apr 2010. Past Performance Worksheets and Past Performance Questionnaires (see Attachments 7a & 7b) shall be provided via email or fax to Melissa Gonzalez: melissa.gonzalez@randolph.af.mil and Joseph Sitterly: joseph.sitterly@randolph.af.mil no later than 3:00 PM CST on Monday, 19 Apr 2010. Technical & Price Proposals shall be provided via mail no later than 3:00 PM CST on Friday, 30 Apr 2010. Submissions via email will not be considered received by the Contracting Office. The Contracting Office will acknowledge receipt when submitted proposals are received and hand date & time stamped. It is incumbent upon Offerors to confirm receipt acknowledgement. Mailing Address: AETC CONS/LGCD Attn: Melissa Gonzalez / Joseph Sitterly 2021 First Street West, Bldg 853 Randolph AFB TX 78150-4302 Fax Number: (210) 652-5733 (xvi) Points of Contact: Melissa Gonzalez, Contract Specialist, Phone 210-652-3260, Fax 210-652-5733, Email: melissa.gonzalez@randolph.af.mil Joseph Sitterly, Contracting Officer, Phone: 210-652-4259, Fax 210-652-5733, Email: joseph.sitterly@randolph.af.mil Place of Performance: Randolph AFB & all other AETC locations Attachments: 1) Schedule B Part 1 and Part 2 (Cost Model) 2) PWS (Basic Contract) 3) Sample Task Order PWS Addendum # 1 (E-Exams 3) 4) Sample Task Order PWS Addendum # 2 (SecondLife) 5) Sample Task Order PWS Addendum # 3 (AUL ILS) 6) Sample Task Order PWS Addendum # 4 (FISMA) 7) Instruction to Offerors a. Past Performance Worksheet b. Past Performance Questionnaire 8) Evaluation Criteria - Basis for Contract Award 9) DD254
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-R-0045/listing.html)
 
Place of Performance
Address: Randolph AFB & all other AETC Installations, United States
 
Record
SN02117771-W 20100411/100409234803-7fd1179a57887d7bc7a3b43d7e1b0fc1 (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.