Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

J -- RTAS Digital System Maintenance Agreement - Sole Source Justification Letter

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F33Z4530133AQ01-SudburySoleSource
 
Archive Date
9/1/2010
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
kevind.flores@travis.af.mil, elizabeth.squires@travis.af.mil
(kevind.flores@travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Copy of Sole Source Justification Letter This is a 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 requested and a written solicitation will not be issued. The solicitation number is F3Z4530133AQ01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 Jul 10, Defense DCN 20100802 effective 02 Aug 10, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is unrestricted; the North American Industry Classification System (NAICS) code is 811212. The business size standard is $25M. The Federal Supply Class (FSC) is J070. The Standard Industrial Classification (SIC) is 7371. Travis AFB intends to award a Sole Source Purchase Order to Sudbury Systems CLIN0001-RTAS Digital System Maintenance Agreement QTY: 12 Months (Renewal of services for the period of performance 01 October 2010 - 30 September 2011, current set to expire 30 September 2010) Services must be conducted in accordance wit the attached Statement of Work. Please provide quotes valid until 1 October 2010. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (i) technical capability of the services offered to meet the Government requirement listed the attached Statement of Work; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.222-41 Service Contract Act of 1965 Wage Determination No: 2005-2069 Revision No: 10 Date of revision: 07/16/2010 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Personal Computer Support Tech 27.43 - 36.25% DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252-232-7003 Electronic Submission of Payment Requests DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviation in Clauses DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. FAR 52.232-18 Availability of Funds, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All questions regarding the solicitation must be submitted to to me via email by 12 Aug 2010. Please send all offers to kevind.flores@travis.af.mil or fax to 707-424-5189 NO LATER THAN 17 Aug 2010, 1200, PST. Point of contact is Kevin D. Flores, SSgt, Contract Specialist, telephone 707-424-7773. Alternate POC is Elizabeth A. Squires, Contracting Officer, elizabeth.squires@travis.af.mil telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F33Z4530133AQ01-SudburySoleSource/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02226524-W 20100805/100803235024-7c2934912646403da17356930ab6fef5 (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.