Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
MODIFICATION

58 -- Cellular Repeater

Notice Date
6/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
10TC0722
 
Point of Contact
Wanda L. Smith, Phone: (210) 671-2853, Susan R. Arnold, Phone: (210) 671-0929
 
E-Mail Address
wanda.smith.4@us.af.mil, susan.arnold@us.af.mil
(wanda.smith.4@us.af.mil, susan.arnold@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41 and DFARS Change Notice 20100519. The North American Industry Classification System (NAICS) code is 517110 and the size standard is 1,500 employees. Solicitation number FA3047-10-TC0722 is issued as a request for quotation (RFQ). FAR Clause 52.237-1 is applicable to this solicitation. A site visit is scheduled for 11 June 2010. Offerors will meet at Building 5450 on Lackland Air Force Base at 9:00 am (CST). All Offerors must provide their name, driver's license number, date of birth, and Social Security Number of all persons in their party to the contract specialist not later than 2:00 pm (CST) on Wednesday, 9 June 2010 in order to gain access to Lackland Air Force Base. See Performance Work Statement attached. Wage determination # 2005-2521, Revision 9, dated 26 May 2009 is applicable. FOB: Destination for delivery/installation to 59 MDW/MSLE, F2MTW7, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of offers. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate offers: (1) Documentation of teaming agreement with cellular companies listed in paragraph 1 of the Performance Work Statement (PWS); and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.222-3 - Convict Labor FAR 52-222-41- Service Contract Act. FAR 52-222-42 - Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits GS-0850-13, Engineer, Electrical GS-1083-09, Telecommunication Mechanic FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.237-1, Site Visit, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2 - Clauses Incorporated by Reference 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. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) DFARS 252.204-7003 - Control of Government Work Product, DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- Buy American Act and Balance of Payments Program DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. Written offers are due no later than 18 June 2010, 12:00 p.m. Central Standard Time (CST). Offers must be mailed to POC: Ms. Wanda Smith at 802d CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-0674, or emailed to wanda.smith.4@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f). 2 Attachments 1. Performance Work Statement 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC0722/listing.html)
 
Place of Performance
Address: 2200 Bergquist Drive, Ste 1, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02176802-W 20100616/100614234608-e7684b4b1acb72558f080347f85d3f96 (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.