Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

D -- DIACAP Support Services - Sole Source Justification and Approval

Notice Date
4/23/2010
 
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-T-0006
 
Point of Contact
Joseph S Sitterly, Phone: 210-652-4259
 
E-Mail Address
joseph.sitterly@randolph.af.mil
(joseph.sitterly@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3, DD 254 Attachment 2, RFP, CLIN 0006 Randolph On-Site Support - Price Proposal Format Attachment 2, RFP, CLIN 0005, Lackland WDMS- Price Proposal Format Attachment 2, RFP, CLIN 0004 Luke SIPER- Price Proposal Format Attachment 2, RFP, CLIN 0003 Randolph SIPER - Price Proposal Format Attachment 2, RFP, CLIN 0002 Randolph NIPER - Price Proposal Format Attachment 2, RFP, CLIN 0001 Altus-Price Proposal Format Attach 1, Addendum 5, Lackland WDMS Attach 1, Addendum 4 Luke SIPER Attach 1, Addendum 3, Randolph SIPER Attach 1, Addendum 2, Randolph NIPER Attach 1, Addendum 1 Altus SIPER Attachment 1, PWS Sole-Source J&A (does not include approval page) 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 Headquarters Air Education and Training Command - Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for purchase of 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) and PWS Addendums (See Attachment 1). All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. IAW Test Program for Commercial Items (Section 4202 of the Clinger- Cohen Act of 1996) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. (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; proposals are being accepted and a written solicitation will not be issued. (ii) This solicitation, 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) The NAICS Code is 541512; size standard is $25 Million. (v) Contract line item numbers (CLINs), items, quantities, units of measure, and option(s) will be determined based on (vi) below. CLIN structure will be agreed to by all parties prior to award. (vi) DESCRIPTION OF SUPPLIES/SERVICES As stated in PWS and PWS addendums (See Attachment 1). (vii) Place of Delivery will be Randolph AFB, TX and applicable 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. (ix) Award In accordance with FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a firm fixed price (FFP) 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) Price Contractor should complete Attachment 2 for price proposal. Contractor may use, add too, or replace labor catergories as applicable. (2) Technical Acceptability The technical proposal shall demonstrate the ability to provide service stated in the PWS and PWS Addendums (See Attachment 1) that meet or exceed the technical solution requirements. (b) Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. In determining best value, Conformance to the Description of Supplies is significantly more important than price. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein. (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) : Section 508 Electronic and Information Technology Accessibility Standards; WAWF Invoicing Instructions; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-6 Alt I; 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representation and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 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); 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards (Aug. 1996); 52.246-4 Inspection of Services 52.252-2 Clauses Incorporated by Reference 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001 Deviation 209-O0005, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008); 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman. 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 price quote 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. Responses 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 4:00 PM CST on Tuesday, 4 May 2010. Points of Contact Joseph Sitterly, Contracting Officer, Phone: 210-652-4259, Fax 210-652-5733, Email: Joseph.Sitterly@RANDOLPH.AF.MIL and Melissa Gonzalez, Contract Administrator, Phone: 210-652-3260, Email: melissa.gonzalez@randolph.af.mil Place of Performance: Randolph AFB and applicable AETC locations ATTACHMENTS: 1) PWS and PWS Addendums 0001-0005 2) Contractor Cost Proposal Format 3) DD 254
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-T-0006/listing.html)
 
Place of Performance
Address: Randolph AFB and applicable AETC locations, United States
 
Record
SN02130544-W 20100425/100423235058-02be6f7eae5e9e90a4614d32d53a1336 (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.