Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

D -- Computer Specialist - Amendment 1

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-12-Q-0011
 
Archive Date
3/7/2012
 
Point of Contact
Jennifer M. Harper, Phone: 229-257-4712, A1C Chelsea B. Baker, Phone: 229-460-2700
 
E-Mail Address
jennifer.harper@moody.af.mil, chelsea.baker@moody.af.mil
(jennifer.harper@moody.af.mil, chelsea.baker@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work dated 10 Feb 2012 with revision to dated 23 Feb 2012. Amendment 0004- The purpose of this amendment is to, update statement of work and clarify evaluation criteria. The due date for questions and the closing date have been reestablished. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. The solicitation number for this procurement is FA4830-12-Q-0011 and is issued as a Request for Quotation (RFQ). The Government intends to award a Firm Fixed Price (FFP) contract with a base year and four option years. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-54, Defense Acquisition Circular (DAC) 91-13(Correction) and Air Force Acquisition Circular (AFAC) 2011-0714. The North American Industry Classification System (NAICS): 541519 this acquisition is proposed to be a 100% small business set-aside. The size standard is $25.0 Million. LINE ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 0001 Computer Specialist IAW Statement of Work dated 10 Feb 2012, Rev 1 dated 14 Feb 2012, Rev 2 dated 22 Feb 2012Period of Performance: 15 Mar 2012 through 14 Mar 2013 12 Month 1001 Option Computer Specialist IAW Statement of Work dated 10 Feb 2012, Rev 1 dated 14 Feb 2012, Rev 2 dated 22 Feb 2012 Period of Performance: 15 Mar 2013 through 14 Mar 2014 12 Month 2001 Option Computer Specialist IAW Statement of Work dated 10 Feb 2012, Rev 1 dated 14 Feb 2012, Rev 2 dated 22 Feb 2012 Period of Performance: 15 Mar 2014 through 14 Mar 2015 12 Month 3001 Option Computer Specialist IAW Statement of Work dated 10 Feb 2012, Rev 1 dated 14 Feb 2012, Rev 2 dated 22 Feb 2012 Period of Performance: 15 Mar 2015 through 14 Mar 2016 12 Month 4001 Option Computer Specialist IAW Statement of Work dated 10 Feb 2012, Rev 1 dated 14 Feb 2012, Rev 2 dated 22 Feb 2012 Period of Performance: 15 Mar 2016 through 14 Mar 2017 12 Month Please quote with a unit of MONTHLY. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotations should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: (1) Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Award will be made to the acceptable offer with the lowest evaluated cost or price, meeting or exceeding the acceptability of standards for non-cost factors, which is deemed responsible in accordance with the Federal Acquisition Regulation, and whose quote conforms to the solicitation requirements. (2) Initially offers shall be ranked according to price, including any option prices if applicable. The price quotation will be determined by multiplying the quantities identified in the pricing schedule by the unit price for each Contract Line Items Number (CLIN) to confirm the extended amount of each. The extended amounts will be added together to determine the total evaluated price. (3) After the cursory review is performed, the government will start with the lowest price offer to evaluate technical acceptability of each named candidate. "Candidate" is the individual person submitted for candidacy by the offeror. The technical documentation shall be evaluated on a pass/fail basis. In order to be determined technically acceptable, the offeror must submit qualifying documentation demonstrating the candidate has at least one year of current experience in A+, Network+, and Security+. "Current" experience is defined as any experience within the past five years. (4) If the lowest priced offer is determined to be technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not judged to be technically acceptable, the next lowest priced offer will be evaluated and the process will continue (in order by price) until an offer is judged to be technically acceptable or until all offers are evaluated. The Contracting Officer shall then make a best value award decision. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-3(k)(1) and FAR 52.212-3(k)(2) do not apply. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-4; Recovered Material Certification FAR 52.225-1, Buy American Act-Supplies FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); Applicable to Defense Acquisitions of Commercial Items: DFAR 252.204-7004, Central Contractor Registration (52.204-7) Alternative A; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.247-7024, Notification of Transportation of Supplies by Sea; AFFAR 5352.201-9101, Ombudsman. Pursuant to DFAR Clause 252.212-7001 the following clauses are hereby incorporated by reference: DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) DFAR 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) DFAR 252.247-7023, Transportation of Supplies by Sea (MAY 2002) DFAR 252.247-7023, Alternate III (MAY 2002) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Please submit all questions by no later than 09:00 A.M. E.S.T. on 02 Mar 2012. RESPONSE TIME: QUOTATIONS WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB, GA 31699 NO LATER THAN 09:00 A.M. E.S.T. ON 08 Mar 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: SSgt Jennifer Harper Email: jennifer.harper@moody.af.mil, Phone: 229-257-4712, http://farsite.hill.af.mil/regst1.htm#FAC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0011/listing.html)
 
Place of Performance
Address: 3010 Robinson Rd., Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02683406-W 20120229/120227234344-5bfb6b6f53ccaa4771024c5e7d3d6a4f (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.