Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

J -- Trunking System Maintenance - Attachments

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-11-R-0006
 
Archive Date
2/24/2011
 
Point of Contact
Jeffery D. Hairston, Phone: 3184563586, Travis A. Sippel, Phone: 318-456-3450
 
E-Mail Address
jeffery.hairston@barksdale.af.mil, travis.sippel@barksdale.af.mil
(jeffery.hairston@barksdale.af.mil, travis.sippel@barksdale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Five-CLIN Descriptions Attachment Four-Wage Determination Attachment Three-Contractor Responsibilities Attachment Two-Environmental Compliance Attachment One-Performance Work Statement This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is attached to this notice for offerors to review. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA4608-11-R-0006, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-48 effective 30 Dec 2010). The North American Industry Classification System (NAICS) number is 811213, and the business size is $10M. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting proposals. The service being procured is: Trunking System Maintenance- Base Year + 4 Option Years *See attachment One- Performance Work Statement & attachment 5- CLIN Descriptions for additional details* PROPOSALS DUE: 9 Feb 2011 at 12:00pm (CST) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their proposal on letterhead stationery; provide unit prices with a grand total. ORCA or Representations and Certifications will be required. The provision at 52.212-2, Evaluation- Commercial Items, applies to this acquisition. 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) Price (ii) Technical Acceptability The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside, Alternate I 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 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) Price (ii) Technical Acceptability BASIS FOR CONTRACT AWARD This is a competitive best value evaluation in which the competing offerors will be ranked by price and then determined technically acceptable (LPTA). Certifications and past performance experience will be evaluated in order to determine if the offeror is technically "acceptable". By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Unless explicitly noted in the proposal, all offers shall be treated equally except for their prices and technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Price Evaluation. Initially offers shall be ranked according to price, including any option prices if applicable. An offeror's proposed prices will be determined by multiplying the quantities identified in attachment 5 by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. The extended amounts will be added together to determine the total evaluated price. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at an evaluated price. The price evaluation will document (for the offers evaluated under paragraph B below) the reasonableness and affordability of the proposed total evaluated price. B. Technical Acceptability. Only the five (5) lowest price offeror's past performance information will be analyzed. This solicitation does not require the submission of a separate technical proposal however; maintenance on the digital secured trunking system located on Barksdale AFB must be performed by a factory trained Motorola technician using only genuine Motorola replacement parts in accordance with the warranty. In order to determine technical acceptability, training certificates are required to be included with past performance information. (1)Certificates must indicate training on a Motorola Astro 7.4 Digital Secured Trunking System or higher. Certificates should be submitted for the person who will be performing the actual maintenance. (2) Past performance The five (5) lowest price offerors will be evaluated based on (1) their past performance information submittals and (2) data independently obtained from other government and commercial sources. The assessment process will result in an overall performance confidence assessment as "Go/No Go". The evaluation of the five (5) lowest price offers past performance until an offeror is rated "Go" or until all offerors are evaluated. While the Government evaluation team and the contracting officer will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process. Relevant past performance includes, but is not limited to, digital trunking system maintenance experience. Recent past performance consists of contracts, completed or in progress, performed for Federal agencies and commercial customers within the last three (3) years from date of issuance of this solicitation. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this RFQ, based on the offeror's demonstrated present and past performance. Past performance regarding joint ventures, key personnel who have relevant experience, or sub-contractors that will perform major requirements or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "No Go," meaning the rating is treated unfavorably. Past performance data required is: contract number, contract performance period, contract award amount, brief description of effort, and government or private issuing activity point of contract/telephone number. C. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of provision) SITE VISIT INFORMATION A site visit will be held on Thursday, February 2, 2011 at 10:00 am. Attendees are requested to arrive at the Contractor's Gate (East Gate), located on Industrial Loop, no later than 12:45 pm to be signed onto base. A guided tour will be given to show the prospective offerors the sites where work is to be performed. This is the only time a site visit will be arranged. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, then the offer will not be rated as technically acceptable, and therefore will not be considered. Once an offer with the lowest price has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror. Proposals can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of A1C Jeffery Hairston at (318) 456-2107 no later than 9 Feb 2011 at 12:00pm (CST). Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Jeffery D. Hairston, Contract Specialist, at (318) 456-3586, jeffery.hairston@barksdale.af.mil; or Travis A. Sippel, Contracting Officer, at (318) 456-3450. (a) Please submit hard copies to: 2d Contracting Squadron 41 Vandenberg Ave Attn: A1C Jeffery Hairston Barksdale AFB, LA 71110-2079 (b) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (c) Typing shall not be less than 12 pitch.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50882a89805b3d34808c69c49c461bdd)
 
Place of Performance
Address: Barksdale AFB, LA 71110, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN02366173-W 20110127/110125234526-50882a89805b3d34808c69c49c461bdd (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.