Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

T -- Aerial Imagery for Airfields - Aerial Imagery Specifications

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF081214A001
 
Archive Date
10/1/2011
 
Point of Contact
Michael Palmer, Phone: 7572253262, Patricia MadoreBooth, Phone: 757-225-6040
 
E-Mail Address
michael.palmer@langley.af.mil, patricia.madorebooth@langley.af.mil
(michael.palmer@langley.af.mil, patricia.madorebooth@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications of imagery details required for this requirement. This is a combined synopsis/solicitation for commercial 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, effective 4 August 2011. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. 1. Description: 1. The purpose of this specification is to deliver high quality 30cm natural color (RGB) precision aerial imagery (to include metadata) to ACC GeoBase. This collection will allow users to view, perform common tasks, and provide ACC GeoBase and leadership decision data. 1.1. In performing the work herein, the Contractor shall furnish all facilities, services, labor, materials, supervision, and equipment, unless specifically identified otherwise, necessary to provide the services identified, the terms and conditions contained in the contract and the specification requirements herein. 1.2. This specification provides for all time, labor and materials to provide and deliver 30cm natural color (RGB) precision aerial imagery for all ACC installations. Specifications and deliverables are outlined in the attached specifications. 2. Period of Performance: 45 days from issuance of contract award. 3. Delivery: FOB Destination Deliver To: HQ ACC, Langley AFB, VA, and contractor facilities. 4. EVALUATION: Award will be made on the basis of the lowest priced proposal meeting, or exceeding, technical capability. The following provisions and clauses are applicable but are not all inclusive: Incorporated by Reference: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-2 Evaluation - Commercial Items (a)-evaluation will be based on low price c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.247-34 F.O.B. Destination f. 252.232-7003 Electronic Submission of Payment Requests g. 252.246-7000 Material Inspection and Receiving Report Incorporated by Full-Text: h. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (DEVIATION) (MAY 2011) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. - Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) See if these apply to your requirement WAWF Instructions 5352.201-9101 Ombudsman 252.212-7000 252.232-7003 52.252-1 52.252-2 5. Commercial Warranty applies: Please identify any additional warranty information if applicable. 6. GSA or Open Market Please indicate if your quote is open market or on a GSA Schedule (provide specific schedule) 7. This requirement is being solicited as full and open competition. Quotes will be accepted via email only. Email michael.palmer@langley.af.mil or patricia.madorebooth@langley.af.mil NLT 16 September 2011, Noon Eastern Standard Time. Questions regarding this RFQ can be directed to SSgt. Michael Palmer, Phone: 757-225-3262. Recommend you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF081214A001/listing.html)
 
Place of Performance
Address: Headquarters Air Combat Command, Langly AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02570516-W 20110911/110910000946-6816086c24f0fccdcfc6b0a7bbc6124c (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.