Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

R -- NIGHT MONITOR - To ensure the security of various buildings for the Base Education Center on Vandenberg AFB.

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3B31279A901
 
Archive Date
12/29/2011
 
Point of Contact
Coranella Matthews, Phone: 805-606-2181, Patricia Rosa, Phone: 805-605-0490
 
E-Mail Address
coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil
(coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3B31279A901. Submit written offers - Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 and DFARS Change Notice 20111118. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 561612 and Size Standard $18.5M. Description of Service: NIGHT MONITOR - 1. Performance period will be from 6 Jan 2012 through 5 Jan 2013, Basic Period, with (1) one-year option from 6 Jan 2013- 5 Jan 2014 plus one six-month extension of services through 5 July 2014. 2. Acceptance and inspection of all services will be at Vandenberg AFB, CA. 3. Offers shall conform to the CLIN structure as established in this synopsis/solicitation. 4. Offers shall be valid for 30 days after close of solicitation. 5. Attached Statement of Work (SOW) 6. All questions relating to this solicitation must be received by 10:00 am PDT on 12 Dec 2011, in order to ensure adequate time to answer them. 7. All questions or comments must be sent to the Contract Specialist Cora Matthews via email: coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa, patricia.rosa@vandenberg.af.mil, telephone communication will not be permitted. 8. All quotes must be received no later than 12:00 pm PDT on 14 Dec 2011 via email on the attached Request For Quote (RFQ), using the below structure. The contract will be Firm Fixed Price with the following structure: CLIN 0001 Night Monitor, Basic Year, (QTY) 464, (Unit) Hours, 2 hours per day Period of Performance: 6 Jan 2012 - 5 Jan 2013. CLIN 1001 Night Monitor, Option Year 1, (QTY) 464, (Unit) Hours, 2 hours per day Period of Performance: 6 Jan 2013 - 5 Jan 2014. CLIN 2001 Night Monitor, Extension of Services Option IAW with FAR 52.217-8 (QTY) 232, (Unit) Hours, 2 hours per day, Period of Performance: 6 Jan 2014 - 5 Jul 2014. The following Clauses apply to this award: 52.203-3: Gratuities 52.204-9: Personal Identity Verification of Contractor Personnel 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial Items (MAR 2011) (DEVIATION) 52.217-8: Option to Extend Services (30 days) 52.217-9: Option to Extend the Term of Contract (60/30 days) 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-19: Child labor 52.222-21: Prohibition of Segregated Facility 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era 52.222-36: Affirmative Action for Workers with Disabilities 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-41: Service Contract Act of 1965 52.222-42: Statement of Equivalent Rates for Federal Hires 52.222-43: Fair Labor Standards and Service Contract Act 52.222-50: Combating Trafficking in persons 52.228-5: Insurance- Work on a Government Installation 52.232-18: Availability of Funds 52.232-33: Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3: Protest after Award 52.237-3: Continuity of Services 52.242-13: Bankruptcy 52.242-15: Stop-Work Order 52.252-2: Clauses Incorporated by Reference 52.252-6: Authorized Deviations in Clauses 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirements to Inform Employees of Whistleblower Rights 252.204-7004: Alternate A Central Contractor Registration 252.212-7001: Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.225-7001: Buy American Act 252.232-7003: Electronic Submission of Payment Request and Receiving Reports 252.232-7007: Limitation of Government's Obligation 5352.201-9101: Ombudsman (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719- 554-5250, (F) 719-554-5299, A7K.wf@peterson.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. 5352.223-9001: Health & Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations 5352.242-9001: Common Access Cards for Contractor Personnel (End of Clause) The following Provisions apply to this award: 52.212-1: Instructions to Offerors- Commercial Items Addendum: In order to be considered a complete offer, the following must be submitted: • A signed and dated offer to this office via email that meet all terms and conditions of this combined synopsis/solicitation • Provide pricing for CLINS 0001, 1001, 2001, 52.212-2: Evaluation-Commercial Items (a) Paragraph (a) is changed to read as follows: (1) The Government will award a contract from this combined synopsis/solicitation, to the responsible offeror whose offer conforms to the synopsis/solicitation that will be most advantageous to the Government. The following criteria must be submitted for our review: (a) Must submit a resume showing two years relevant work experience and three references, two of them local. (b) Price (2) All proposals that are received timely will be evaluated. An award will be made to the lowest priced offer/technically acceptable. Responsible offerors who respond to all items included in the combined synopsis/solicitation and comply with the terms, will have consideration. 52.212-3: Offerors Representations and Certifications-Commercial Items, Alternate I Offerors must be registered on ORCA (https://orca.bpn.gov/) 52.217-5: Evaluation of Options 52.219-1: Small Business Program Representation, Alternate I 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-5: Authorized Deviations in Provisions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes must be submitted on the attached RFQ and sent to the Contract Specialist Cora Matthews via email: Coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa patricia.rosa@vandenberg.af.mil or faxed to 805-606-5867 no later than 12:00 pm PDT on 14 Dec2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3B31279A901/listing.html)
 
Place of Performance
Address: Vandenberg AFB, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02635957-W 20111210/111208234342-24692b0748d2cf3a8fc88993e3946152 (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.