Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

D -- Cable Television Service and Support

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-12-T-0006
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Christopher Pease, 901-291-7109
 
E-Mail Address
USPFO for Tennessee
(christopher.pease@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. The solicitation number is W912L7-12-T-0006 and is hereby being issued as a Request for Quote (RFQ). This contract will have a base year with two (2), one (1) option years. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This requirement is being advertised as unrestricted. The associated North American Industry Classification System (NAICS) code is 517110 with a Small Business Size Standard of 1,500 employees. The following Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Services Non Personal (Base Year): April 2, 2012-April 1, 2013 CLIN 0002 Services Non Personal (Option Year 1): April 2, 2013-April 1, 2014 CLIN 0003 Services Non Personal (Option Year 2): April 2, 2014-April 1, 2015 Contractors shall submit a lump sum quote for each CLIN to include all charges. Description of Services: Please see attached Performance Work Statement (PWS)titled: "PWS-CABLE TV SERVICES-164TH AW-12 MAR 2012". The following clauses and provision are incorporated and will remain in full force in any award. The full text of these clauses can be accessed electronically at http://farsite.hill.af.mil/.: FAR 52.202-1 Definitions (July 2004) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-1 - Instructions to Offerors--Commercial Items FAR 52-212-2 Evaluation--Commercial Items FAR 52.212-3 - Offeror Representation and Certifications--Commercial Items (May 2011), With Alternate I (Apr 2011) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 7-34 F.O.B. Destination (Nov 1991) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.228-5 Insurance-Work on a Government Installation FAR 52.232-17 Interest (Oct 2010) FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (CCR) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Laws for Breach of Contract Claims (Oct 2004) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.252-2 Clauses to Incorporate by Reference (Feb 1998) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: Comply with the specific health and safety requirements established in this PWS, as well as OSHA; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this requirement; and (4) Take such additional immediate precautions identified by the contracting officer for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of the resulting contract and any adjustments resulting from such direction will be in accordance with FAR Clause 52.212-4(c), Contract Terms and Conditions - Commercial Items. (c) Violations of these health and safety rules and requirements are to be promptly corrected as directed by the contracting officer. Failure to correct the violation(s) will be grounds for termination of this contract in accordance with FAR Clause 52.212-4(c), Contract Terms and Conditions - Commercial Items. 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) In accordance with Department of Defense (DoD) policy guidance on Physical Access Control to all military bases, all individuals entering DoD installations must have a valid purpose to enter, have their identity proofed (providing acceptable documentation of proof of identity) and validated through the process of vetting (evaluation of an applicant's character and conduct for approval or denial of access) through law enforcement data bases to be issued or be in possession of TN Air National Guard 164th AW pass. DoD ID card holders and those with local access credentials may vouch for and escort visitors anytime. Those with locally produced access credentials may vouch for and escort visitors only during business operating/contract performance times only. (c) Contractor identification passes will be issued for the performance period of the contract only, or for (1) Year, whichever is the shorter period of time. Passes for Contractor personnel where the performance period extends beyond 1 year, or where the contract is extended beyond the original scheduled completion date, will have to be reissued. The primary contractor shall identify to the Contracting Officer by letter, the name of no more than three supervisory personnel to act as vouching authorities for daily delivery personnel. If delivery personnel will be delivering to the job site on a recurring basis, they may apply for a base contractor badge for the duration of the contract or one (1) year, whichever is shorter. This letter will include the person's full name, position, and call back number. It will also identify the project for which the appointment is associated. Pre-announcement vouching by authorized individuals can be made by providing the Front (Main) Gate with a signed letter prior to the arrival of visitors if the visit date(s) are known. The letter must contain the full name, date of birth, social security number, dates of visit and destination address of the visit. It must also contain the full name, date of birth, social security number and contact telephone number of the sponsor. (d) If any vouched individuals are unable to be vetted upon arrival, the designated vouching authority shall be required to escort those individuals to and from the site. Individuals that are not issued passes or are issued limited passes shall be required to be re-vetted each time they require access or when the limited pass expires. Those individuals not in possession of a government issued base pass; shall provide one or more of the following documents in order to obtain access: U.S. passport or U.S. passport card Permanent Resident card or Alien Registration Receipt card (INS Form I-551) Foreign passport with a temporary (I-551) stamp or temporary, (I-551) printed notation on a machine readable Visa. Foreign passport with current arrival/departure record (INS Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status allows them to work for the employer. Employment authority document that contains a photograph (INS Form I-766). In the case of a non-immigrant alien authorized to work for a specific employer incident to status, a foreign passport with an INS Form I-94 or INS Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. Driver's license or identification card issued by a State or outlying possession of the U.S., or Federal, State, or local government agencies provided it contains a photograph and biographic info such as name, date of birth, gender, height, eye color, and address. School identification with photo. U.S. Military or draft record, U.S. Coast Guard or Merchant Mariner or Transportation Workers Identification Credential card. Native American Tribal document. (e) Under certain circumstances, 92D Contracting personnel may verify the need for an immediate pass and mark the application with "Immediate Processing Requested." Contracting will annotate this statement with a signature block stamp. 92 SFS personnel will work these passes as soon as possible depending on current operations. When processing is completed, the form will be forwarded to Pass and Registration where the applicant will appear in person to have the pass issued. (f) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense and AFI 31-501, Personnel Security Program Management. The government does not allow Privately Owned Vehicles (POVs) or photographic equipment, to include cell phones in controlled or restricted areas. The government will provide escorts to accompany contractor personnel in these designated areas and these escorts will have access to communication devices if needed. Vehicles to be operated on the airfield must have a company logo painted on or affixed to the vehicle. (g) These applicable excerpts may be requested from the Contracting Officer. (h) Use of cell phones or headphones while operating a motor vehicle upon a roadway on base is strictly prohibited and is a primary offense and a traffic citation will be issued. Totally hands-free cell phone devices are permitted. (i) Contractors are reminded that vehicles cannot be left parked at the Front (Main) Gate area. This area is 30 minute parking only. If you have employees who cannot drive on base (lack of insurance, registration, suspended license, etc.) they must park at an off-base location and ride with another employee. (j) All commercial vehicles will enter the installation via the Rambo Road gate, Monday through Friday, 0600 through 1700 unless otherwise indicated in the Performance Work Statement (PWS). At all other times they will enter through the main gate. Search teams and/or military narcotic and explosive working dogs will search all commercial vehicles larger than a passenger sized van. (k) Any traffic diversions or road closures will be coordinated with 92 SFS/S3, five days prior to the diversion or closure. All activities of the Contractor and his employees and sub-contractors and their employees while on base shall be conducted in strict accordance with all base regulations, including those of the Fire Marshall as well as applicable security directives. (l) Foreign Nationals requiring base access are required to provide the following information to the Foreign Disclosure Officer (FDO) for Wing Commander approval at least 16 days prior to access. 1) Personal data (full name, date of birth, include passport number, visa number, green card number, any type of personal identifying number if applicable, country coming from, and dates of visit); 2) sponsor information (name, rank, squadron, phone numbers (home and office); 3) on-base locations to be visited (home address if sponsor lives on base). Under no circumstances will a foreign national from a country verified to be listed on the National Security Threat List (NSTL) be allowed access. (m) Only United States (US) citizens are authorized to work in certain facilities on the installation. If applicable to the requirement, this information will be provided in the Performance Work Statement (PWS), Specifications, Statement of Work (SOW), or Statement of Objective (SOO). (n) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification and vehicle passes issued to employees and subcontractor employees are returned to the issuing office. Individuals that do not return passes will be denied future base access until the pass is returned or an affidavit stating loss/destroyed has been submitted. Failure to comply with these requirements may result in withholding of final payment. (End of clause) IMPORTANT NOTICE: All offerors responding to the RFQ must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov, the Wide Area Work Flow (WAWF) database at http://www.wawf.eb.mil and the Online Representations and Certifications Application (ORCA) at http://www.bpn.gov. You will need your DUNS number and CCR MPIN in order to log into the ORCA website. Offerors not registered in the Central Contractor Registration are ineligible for award. Offerors shall provide DUNS number, Tax ID and CAGE Code with quote. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Response to this solicitation must be received via email, fax, mail, or delivery by March 16, 2012, no later than 4:30 PM CST at 4875 Swinnea Road, Memphis TN 38118. Quotes via email are preferred. Quotes should be marked with solicitation number W912L7-12-T-0012 addressed to Christopher Pease, Contract Specialist. Point of Contract referencing this solicitation is Christopher Pease, email: christopher.pease@ang.af.mil, Phone (901) 291-7109, Fax (901) 291-7243.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-12-T-0006/listing.html)
 
Place of Performance
Address: 164th AW TN Air National Guard 4593 Swinnea Road Memphis TN
Zip Code: 38118
 
Record
SN02693998-W 20120314/120312234223-ca22978079e98acb5f4dad2d72af672e (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.