Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
MODIFICATION

D -- RIAB SERVICES

Notice Date
3/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11R5012
 
Response Due
3/15/2011
 
Archive Date
5/14/2011
 
Point of Contact
Betsy Weintraub, 309-782-8503
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(betsy.weintraub@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Amendment is to: A) Answer all questions. B) Update Performance Work Statement (PWS). C) Update the Specific Instructions. D) Extend the response date from 9 March 11 @ 13:00 CST to 15 March 11 @ 13:00 CST. Al other terms and conditions remain unchanged and in full effect. Please see attached documents. Posted Date:28 February 2011 Response Date: 1300hrs CST 15 March 2011 Set Aside:No Set Asides Contracting Office Address: Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Betsy Weintraub, 309-782-8503 Email: betsy.weintraub@us.army.mil 1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in 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. 2. Solicitation number: W52P1J-11-R-5012 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. North American Industry Classification System (NAICS) code for this solicitation is 334220. 5. The Combined Joint Task Force (CJTF) Headquarters at Bagram Airfield, Afghanistan; is seeking to establish a radio broadcasting system located at the CJTF Headquarters. They are requesting a technical manager, a studio manager and a RIAB technician to support the Regional Communications Center under the Regional Command East. The technical manager, studio manager and RIAB technician must all have a minimum of a US SECRET clearance. The studio manager shall have 3 year experience and the technical manager and RIAB technician need to have 1 year experience. Period of Performance is one Base year and two - 12 month options. See attached. DescriptionQty BASE PERIODTOTAL:____________ 0001- Mobilization Period3 EA ___________ 0002- Studio Manager1 EA- 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ 0003- Technical Manager1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ 0004- RIAB Technician1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ 0005- DBA Insurance3 EA____________ 0006- Travel 1 Lot___________ 0007- ODC 3 Person_________ STUDIO MANAGER____________% OF PAY RIAB TECH___________________ % OF PAY TECH MANAGER______________% OF PAY 0008- CONTRACT MANPOWER REPORTING1 Lot_________________ OPTION PERIOD 1TOTAL:______________ 1001- Mobilization Period 3 EA_________ 1002- Studio Manager1 EA- 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ _ 1003- Technical Manager1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ __ 1004- RIAB Technician1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ __ 1005- DBA Insurance 3 EA____________ 1006- Travel 1 Lot___________ 1007- ODC 3 Person________ STUDIO MANAGER____________% OF PAY RIAB TECH___________________ % OF PAY TECH MANAGER______________% OF PAY 1008- CONTRACT MANPOWER REPORTING 1 Lot____________ OPTION PERIOD 2TOTAL :______________ 2001- Mobilization Period 3 EA___________ 2002- Studio Manager1 EA- 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ _ 2003- Technical Manager1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ _ 2004- RIAB Technician1 EA - 12 Months Daily Rate = $_______ Hourly Rate = $_______ Monthly Rate = $______ _ 2005- DBA Insurance 3 EA___________ 2006- Travel 1 Lot_________ 2007- ODC 3 Person_______ STUDIO MANAGER____________% OF PAY RIAB TECH___________________ % OF PAY TECH MANAGER______________% OF PAY 2008- CONTRACT MANPOWER REPORTING 1 Lot__________________ 6. Place of Performance: Bagram Airfield Afghanistan. 7. Delivery: 20 days after date of contract. 8. 52.212-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 9. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (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 offeror to provide the items and services as specified in the Governments PWS to meet the Government requirement; and (ii) Price In order for the quote to be considered technically acceptable, the Government will make a determination of the technical acceptability by evaluating the following: (i) Cover Letter demonstrating that the offeror is able to meet the Government's requirement (3 pgs.) (ii) Proof of, at least, a Secret Facility Clearance from Defense Security Service - Defense Industrial Security Clearance Office or appropriate agency (iii) Fill-out and return Clause 52.211-9 Desired and Required Time of Delivery (iv) The technical submittals as requested in this solicitation (10 pgs.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 10. FAR 52.212-3 - OFFEROR REPERSENTATION AND CERTIFICATIONS - COMMERCIAL ITEMS. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 11. 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS. This clause applies to this acquisition. 12. 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. This clause applies to this acquisition. 13. See attached Addendum for Clauses. 14. N/A 15. Offer Due Date/Local Time: 15 March 2011 at 13:00 hrs CST. 17. Point of Contact: SSG Betsy Weintraub E-Mail: betsy.weintraub@us.army.mil Phone: 309-782-8503 QUESTIONS AND ANSWERS: Q1) Does the government prefer that proposals be submitted in two separate volumes (ie. Technical and Price)? A1) A Technical submittal and a Price submittal may be two separate volumes. Please refer to the specific instructions. Q2) Would the government specify what type of equipment the contractor will be responsible for providing and installing (if any)? A2) The contractor is not be responsible for providing any equipment, however, the contractor maybe required conduct installation as required. The Government shall provide some initial training under another contract. In general, the equipment that will be installed is audio visual workstations, with accompanying software, and peripherals. Q3) If the contractor is to price the equipment mentioned above, should this be included in the ODC CLIN? A3) Please refer to answer # 2. Q4) What other ODC costs should be contemplated? A4) ODCs shall contain Hazard and Danger Pay. Q5) Would the government explain what costs it expects the contractor to incur for travel expenses? Section 4.2 suggests that the government will be responsible for all business travel and section 4.3 states that the government will not be responsible for non-business travel. A5) The Government will be responsible for all approved business travel, such as from CRC to Afghanistan, work related travel intra-theater. Any personal travel such as, emergency leave, personal leave, vacations, etc.., shall be the contractor's responsibility. Q6) Would the government consider revising the education requirement and allow for experienced personnel without a degree? A6) Yes. The Technical Manager must have at a minimum a Bachelor's Degree in -- or five years experience working in -- information technology, information systems management, computer science, electrical engineering or a related field. See updated PWS. Q7) Please confirm that Clause 52.211-9 Desired and Required Time of Delivery, Proof of Security Clearance, Reps and Certs, and the Cover Letter are NOT included in the 10 page limit for the technical submittal. A7) Correct. The FAR Clause 52.211-9, Proof of Security Clearance, Reps and Certs, and Cover Letter (3 separate pages) is not a part of the 10 page limit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/206ac987f7a1a3b239e370487fa25800)
 
Place of Performance
Address: Bagram Airfield CJTF-101-CJ6 Afghanistan APO AE
Zip Code: 09354
 
Record
SN02397609-W 20110312/110310234238-206ac987f7a1a3b239e370487fa25800 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.