Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

Z -- PMA Customer Flow Management and Queuing System - Statement of Work

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A4001349A001
 
Archive Date
3/8/2012
 
Point of Contact
Andre D, Bonifacio, Phone: 8502834237
 
E-Mail Address
andre.bonifacio@tyndall.af.mil
(andre.bonifacio@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source Justification Statement of Work This is a combined synopsis/solicitation for commercial services 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; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A4001349A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 238210. The business size standard is $14,000,000.00. The following solicitation is for Preventive & Routine Maintenance Agreement for Customer Flow Management and Queuing System. The award resulting from this RFQ will be for a base period of (1) year with four (1) year option periods. Contract Line Item Numbers (CLINS): 0001: PMA for system in the main pharmacy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2012 - 29 Feburary 2013. Quantity: 1 Units: Each Unit Price: Amount: 0002: PMA for system in the satelite pharmancy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2012 - 29 Feburary 2013. Quantity: 1 Units: Each Unit Price: Amount: OPTION YEAR 1: 1001: PMA for system in the main pharmacy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2013 - 29 Feburary 2014. Quantity: 1 Units: Each Unit Price: Amount: 1002: PMA for system in the satelite pharmancy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2013 - 29 Feburary 2014. Quantity: 1 Units: Each Unit Price: Amount: OPTION YEAR 2: 2001: PMA for system in the main pharmacy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2014 - 29 Feburary 2015. Quantity: 1 Units: Each Unit Price: Amount: 2002: PMA for system in the satelite pharmancy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2014 - 29 Feburary 2015. Quantity: 1 Units: Each Unit Price: Amount: OPTION YEAR 3: 3001: PMA for system in the main pharmacy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2015 - 29 Feburary 2016. Quantity: 1 Units: Each Unit Price: Amount: 3002: PMA for system in the satelite pharmancy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2015 - 29 Feburary 2016. Quantity: 1 Units: Each Unit Price: Amount: OPTION YEAR 4: 4001: PMA for system in the main pharmacy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2016 - 29 Feburary 2017. Quantity: 1 Units: Each Unit Price: Amount: 4002: PMA for system in the satelite pharmancy in accordance with the attached performance work statement (PWS). The projected period of performance for the base year is 1 March 2016 - 29 Feburary 2017. Quantity: 1 Units: Each Unit Price: Amount: *An earlier start date is possible should the contractor and the government come to a mutual agreement. *Services will be performed at Tyndall AFB, FL 32403. Per FAR 52.212-2, 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: Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - Central Contractor Registration 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-5 - Evaluation of Options 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-41 - Service Contract Act of 1965 52.222-50 - Combating Trafficking in Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.245-1 - Government Property 52.245-9 - Uses and Charges 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.204-7004 - Central Contractor Registration, Alternate A 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.245-7002 - Reporting Loss of Government Property 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) -All invoicing resulting from this award will submitted electronically through Wide Area Work Flow. 52.217-8 - Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days prior to contract expiration. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLINS 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, & 4002. b.) Tax Identification number. c.) Cage Code. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. d.) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Please send quotes to A1C Bonifacio (850-283-4237) at Andre.Bonifacio@tyndall.af.mil NO LATER THAN 22 Febuary 2012, 01:00 PM local time. Anticipated award date is shortly after receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A4001349A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02669134-W 20120209/120207234956-5556dd395d7ddfb0040d3a34d85f39f3 (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.