Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

78 -- Digital Timing System

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
334518 — Watch, Clock, and Part Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3770173A901-DigitalTimingSystem
 
Archive Date
8/14/2010
 
Point of Contact
Lance A. Dorsey, Phone: 3019814784, Devin P. Harley, Phone: 301-981-2310
 
E-Mail Address
lance.dorsey@afncr.af.mil, devin.harley@afncr.af.mil
(lance.dorsey@afncr.af.mil, devin.harley@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for A Digital Fitness Timing System, or equal, consisting of a Mid Range System (1 Base with 2 Bollard Readers per base) in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F1D3770173A901-DigitalTimingSystem is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 12 and FAR 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. This is a 100% Small Business Set-Aside. If there are no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. The NAICS code is 334518 and the size standard is 500 Employees. The Government is seeking the following. Please note there are seven (7) line items and offerors should quote all seven. 0001- Mid Range Reader (10 - 15ft wide Start Finish), Orbiter LLC P/N: MRR-201, or equal, 6-Each 0002-Fitness Assessment Cell Software pre-loaded on mini-computer (included), Orbiter LLC P/N: OSS-1, or equal, 3-Each 0003-RF LAN with HP mini computer, Orbiter LLC P/N: RFL-580, or equal, 9-Each 0004-5-Year Guaranteed Tag with Air Force Logo, Orbiter LLC P/N: ST-101, or equal, 300-Each 0005-Wrist Band, Orbiter LLC P/N: SWB-1, or equal, 300-Each 0006-On site Training 2-Days includes all travel, Orbiter LLC P/N: TR-1, or equal, 3-Each 0007-Annual Service Policy: Includes automatic software upgrades and unlimited phone support, Orbiter LLC P/N: SP-002, or equal, 3-Each The anticipated delivery date is 30-days after date of contract (ADC). The Government's preferred FOB is Destination. The following FAR provisions apply: 52.211-6, Brand Name or Equal. 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for the complete requirement, partial quotes will not be considered. Award will be made to a single vendor. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value to the government. The Government reserves the right to enter into an agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Offerors Representations and Certifications - Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jul 2010)(DEVIATION), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); 52.232-18 Availability of Finds (Apr 1984); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. DFARS 252.211-7003, Item Identification and Valuation (Aug 2008); and 252.232-7010, Levies on Contract Payments (Dec 2006). 52.252-6 -- Authorized Deviations in Clauses. (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Your offer must include the following: (1) Price List (2) Federal Tax Identification Number (3) Completed Representations and Certifications FAR 52.212-3 (https://orca.bpn.gov/) Quotations must be received no later than 12:00 pm local time, Friday August 13, 2010. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. Mail offers/proposals should be mailed to: 316 CONS/LGCBB, 1535 Command Drive, Andrews AFB, MD 20762 (Attn: Lance Dorsey). The Government Primary point-of-contact is Lance Dorsey (301-981-4784 or lance.dorsey@afncr.af.mil). 316 CONS-004 AAFB Environmental Standards (19 Oct 2006) Environmental Compliance. Offerors are reminded of the environmental requirements contained in the solicitation to comply with all applicable federal, state, and local environmental statutes and regulations. In addition to the scrutiny of civil environmental regulatory and enforcement agencies, environmental compliance incidental to Air Force activities or on Air Force property is subject to Air Force scrutiny. The Air Force routinely investigates environmental violations and cooperates fully with civil authorities to secure remedies and discourage future violations. Failure to comply with environmental statutes and regulations can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, and debarment, and adverse past performance assessment. Contractors can obtain specific information regarding environmental compliance mandates in 316 WG/CC Memo "Andrews AFB Environmental Standards" dated 19 Oct 2006. Additional information can be obtained by contacting the base environmental flight. 316 CONS-010 WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC: SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: BPN ver. 05.21.2006 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Diane Dade, AFDW/SB, 1535 Command Drive Suite E-210, Andrews AFB, MD (301) 981-7342, fax (301) 981-6538, email: Diane.Dade@afncr.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3770173A901-DigitalTimingSystem/listing.html)
 
Place of Performance
Address: 1444 Concord Ave, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02232761-W 20100808/100807000114-cdd705f5c4dd7ae3a932a0293fc5810c (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.