Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

J -- Integrated Base Defense Security System - Sole Source Justification and Approval

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3SF0190AQ01
 
Archive Date
9/14/2010
 
Point of Contact
Melissa A Hopkins, Phone: 7017475344, Shane T LInd, Phone: 701-747-5281
 
E-Mail Address
melissa.hopkins@us.af.mil, shane.lind@grandforks.af.mil
(melissa.hopkins@us.af.mil, shane.lind@grandforks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
sole Source Justification and Approval This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. i. This synopsis reference number is F2A3SF9215AQ01 and is being used as a Request For Quote. ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-44. iii. This acquisition is a sole source acquisition for IBDSS maintenance and training. The associate NAICS code is 541618 with $7M dollars. Per FAR 19.102(f)(4) iv. Line item 0001: Supplies & Service: Scheduled Maintenance. Perform system maintenance, software upgrades and trouble shooting either on-site or remotely. Provide twice yearly, on-site maintenance. Periodic maintenance inspections of system components will be conducted to test/verify proper functionality and identify potential faults before they occur. Test and verify new components are functioning properly and fully integrated into the system. Reconfigure system as needed. Training will be provided on new hardware and software procedures during scgeduled or emergency maintenance visits. Training will be provided to all system administrators. Includes 1 hour per month support from a Staff Scientist I for inventory management, supply & material requistion; 2 hours per month from the Principle Engineer II for program management & engineering support. Also includes two 2-day onsite trips for customer interface & system assessment. Line item 0002: Supplies & Services: Unscheduled Maintenance. Shall provide emergency maintenance upon request of system administrator. Shall respond orally within one hour of service request. Will provide contact information for service calls to be made during duty hours of M-F 0730-1630 cst. Will provide an all-inclusive written estimate on parts cost. Repairs must be approved prior to being performed. Labor rates do not include additional costs such as airfare, car rental, lodging, equipment rental, etc. Contractor must provide invoices for any additional costs upon completion of the task for reimbursement. Line item 0003: Supplies & Services: Supply & Equipment Purchases. Contractor shall be reimbursed for materials, parts and supplies used in pre-authorized repairs. Contractor shall obtain approval before purchasing any part for reimbursement. Contractor shall submit a copy of the delivery ticket, sales slip or other document indicating their cost. Unless specifically approved by the administrator, all parts provided by the Contractor to install or use for repair, shall be new and of standard design or model and the products of manufacturer's regularly engaged in the production of such equipment. They shall be the manufacturer's latest standard designs current at time of delivery, except for modifications from manufacturer standards as are required to conform to specification requirements. Where two or more units of the same class of equipment are required, such units shall be standard products of a single manufacturer. Manufacturers shall be so established in the industry that prompt and continuing service and delivery of spare parts is assured. All newly installed parts and equipment shall be fully compatible with and shall use the system as the host system. v. Period of Performance will be from 1 September 2010 to 31 August 2011. vi. The following clauses and provisions are incorporated and will remain in full force in any restraint award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers-Commercial FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.211-6 Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.22313, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212.7001, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items to include: DFARSS 252.225-7001, Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 Ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, (618) 256-6668, email: michael.jackson@scott.af.mil vii. Response to this combined synopsis/solicitation must be received via email, fax or mail no later than 4:00 PM Central Standard Time on _Monday, August 30, 2010__. Responses should be marked with the reference number F2A3SF0190AQ01. viii. Address questions to Melissa A Hopkins, Purchasing Agent, at (701) 747-5344, fax (701) 747-4215 or email melissa.hopkins@us.af.mil or Shane T. Lind, Contracting Officer, at (701) 747-5281 or email at shane.lind@us.af.mil. his is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. i. This synopsis reference number is F2A3SF9215AQ01 and is being used as a Request For Quote. ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-44. iii. This acquisition is a sole source acquisition for IBDSS maintenance and training. The associate NAICS code is 541618 with $7M dollars. Per FAR 19.102(f)(4) iv. Line item 0001: Supplies & Service: Scheduled Maintenance. Perform system maintenance, software upgrades and trouble shooting either on-site or remotely. Provide twice yearly, on-site maintenance. Periodic maintenance inspections of system components will be conducted to test/verify proper functionality and identify potential faults before they occur. Test and verify new components are functioning properly and fully integrated into the system. Reconfigure system as needed. Training will be provided on new hardware and software procedures during scgeduled or emergency maintenance visits. Training will be provided to all system administrators. Includes 1 hour per month support from a Staff Scientist I for inventory management, supply & material requistion; 2 hours per month from the Principle Engineer II for program management & engineering support. Also includes two 2-day onsite trips for customer interface & system assessment. Line item 0002: Supplies & Services: Unscheduled Maintenance. Shall provide emergency maintenance upon request of system administrator. Shall respond orally within one hour of service request. Will provide contact information for service calls to be made during duty hours of M-F 0730-1630 cst. Will provide an all-inclusive written estimate on parts cost. Repairs must be approved prior to being performed. Labor rates do not include additional costs such as airfare, car rental, lodging, equipment rental, etc. Contractor must provide invoices for any additional costs upon completion of the task for reimbursement. Line item 0003: Supplies & Services: Supply & Equipment Purchases. Contractor shall be reimbursed for materials, parts and supplies used in pre-authorized repairs. Contractor shall obtain approval before purchasing any part for reimbursement. Contractor shall submit a copy of the delivery ticket, sales slip or other document indicating their cost. Unless specifically approved by the administrator, all parts provided by the Contractor to install or use for repair, shall be new and of standard design or model and the products of manufacturer's regularly engaged in the production of such equipment. They shall be the manufacturer's latest standard designs current at time of delivery, except for modifications from manufacturer standards as are required to conform to specification requirements. Where two or more units of the same class of equipment are required, such units shall be standard products of a single manufacturer. Manufacturers shall be so established in the industry that prompt and continuing service and delivery of spare parts is assured. All newly installed parts and equipment shall be fully compatible with and shall use the system as the host system. v. Period of Performance will be from 1 September 2010 to 31 August 201. vi. The following clauses and provisions are incorporated and will remain in full force in any restraint award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers-Commercial FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.211-6 Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.22313, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212.7001, Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items to include: DFARSS 252.225-7001, Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 Ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, (618) 256-6668, email: michael.jackson@scott.af.mil vii. Response to this combined synopsis/solicitation must be received via email, fax or mail no later than 4:00 PM Central Standard Time on _Monday, August 30, 2010__. Responses should be marked with the reference number F2A3SF0190AQ01. viii. Address questions to Melissa A Hopkins, Purchasing Agent, at (701) 747-5344, fax (701) 747-4215 or email melissa.hopkins@us.af.mil or Shane T. Lind, Contracting Officer, at (701) 747-5281 or email at shane.lind@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3SF0190AQ01/listing.html)
 
Place of Performance
Address: Grand Forks Air Force Base, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02253848-W 20100827/100825234859-0552828736ebc92eeeac79cdbf149652 (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.