Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

58 -- CCTV Maintenance at RAF Croughton - Performance Work Statement

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
F3B7SF2079A001
 
Archive Date
5/8/2012
 
Point of Contact
Andrew C Pillow, Phone: 44 1480 823925, 501 CSW/RCO,
 
E-Mail Address
andrew.pillow@alconbury.af.mil, 501CSW.RCO@alconbury.af.mil
(andrew.pillow@alconbury.af.mil, 501CSW.RCO@alconbury.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement, attachment 1 to synopsis/solicitation F3B7SF2079A001. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect for Federal Acquisition Circular 2005-57. This acquisition is unrestricted. //Schedule of items: This requirement is for CCTV Maintenance at RAF Croughton and RAF Barford St. John. //CLIN 0001: 4 Months The contractor shall provide all management, tools, equipment and labor necessary to provide maintenance for 26 CCTV cameras, four digital video recorders and 16 monitors at RAF Croughton and RAF Barford St. John in accordance with attached Performance Work Statement dated 22 March 2012. Period of Performance: 1 May 2012 - 30 September 2012 //CLIN 1001: 12 Months The contractor shall provide all management, tools, equipment and labor necessary to provide maintenance for 26 CCTV cameras, four digital video recorders and 16 monitors at RAF Croughton and RAF Barford St. John in accordance with attached Performance Work Statement dated 22 March 2012. Period of Performance: 1 October 2012 - 30 September 2013 //CLIN 2001: 12 Months The contractor shall provide all management, tools, equipment and labor necessary to provide maintenance for 26 CCTV cameras, four digital video recorders and 16 monitors at RAF Croughton and RAF Barford St. John in accordance with attached Performance Work Statement dated 22 March 2012. Period of Performance: 1 October 2013 - 30 September 2014 //CLIN 3001: 12 Months The contractor shall provide all management, tools, equipment and labor necessary to provide maintenance for 26 CCTV cameras, four digital video recorders and 16 monitors at RAF Croughton and RAF Barford St. John in accordance with attached Performance Work Statement dated 22 March 2012. Period of Performance: 1 October 2014 - 30 September 2015 //CLIN 4001: 12 Months The contractor shall provide all management, tools, equipment and labor necessary to provide maintenance for 26 CCTV cameras, four digital video recorders and 16 monitors at RAF Croughton and RAF Barford St. John in accordance with attached Performance Work Statement dated 22 March 2012. Period of Performance: 1 October 2015 - 30 September 2016 // To be eligible for award prospective contractor must be registered with the Central Contractor Registration (CCR). // Payment will be made through Wide Area Work Flow (WAWF). Contractor must register with WAWF to submit invoices and receive payment. // The following clauses and provisions apply to this solicitation: //FAR 52.212-1, Instructions to Offerors--Commercial Items //FAR 52.212-2 Evaluation _ Commercial Items. The evaluation criteria to be included in paragraph (a) of the provision are i) Price ii) Technical. Technical is approximately equal to price. The basis of award is Lowest Price Technically Acceptable. Initially, quotes will be evaluated for price. The lowest priced quote will then be evaluated for technical acceptability. If the lowest priced quote is found to be technically acceptable the evaluations will end there and award will be made to that offeror. If the lowest priced quote is found to not be technically acceptable the second lowest priced quote will be evaluated for technical acceptability. Evaluations will continue in this manner until one is found to be technically acceptable. Award of this contract will be made to that offeror with the lowest price that is found to be technically acceptable. //Offerors shall include with the submission of their offer a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. // FAR 52.212-4, Contract Terms and Conditions--Commercial Items. // FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items.Additional clauses marked within 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government, 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 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration // FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products // FAR 52.232-18 Availability of Funds. // DFARS 252.204-7004 Alternate A. // DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items. Additional clauses marked within 252.212-7001 are: 52.203-3 Gratuities, DFARS 252.232-7003, Electronic Submission of Payment Requests; Waiver - The contractor is authorized to electronically submit invoice(s) via the Internet through Wide Area Workflow system at: https://wawf.eb.mil, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea // DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas). //DFARS 252.225-7041 Correspondence in English // DFARS 252.225-7042 Authorization to Perform //DFARS 252.225-7043, Antiterrorism Force Protection Policy for Defense Contractors outside the Unites States, (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA; Phone: DSN 945-7035 / 36 or Commercial (210) 925-7035 / 36 // DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. // DFARS 252.229-7006 Value Added tax Exclusion (United Kingdom). // DFARS 252.229-7008 Relief from Import Duty (United Kingdom). // DFARS 252.232-7003 Electronic Submission of Payment Requests. // DFARS 252.232-7008 Assignment of Claims (Overseas). // DFARS 252.232-7010 Levies on Contract Payments. // DFARS 252.233-7001 Choice of Law (Overseas). //AFFARS 5352.223-9001, Health and Safety on Government Installations //AFFARS 5352.242-9000, Contractor Access to Air Force Installations //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 30 calendar days. (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 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 (5 years). (End of Clause) //52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) //52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) //5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Ms Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms Heidi Hohn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47- 9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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. (End of clause) //Offers shall be submitted via email to andrew.pillow@alconbury.af.mil or by postal delivery and received not later than 1500 hrs local time, 23 April 2012. Direct any questions or concerns to either Andrew Pillow on+44 1480 843925, email andrew.pillow@alconbury.af.mil, 501st Regional Contracting Office, Bldg 516, RAF Alconbury, Cambs, PE28 4DA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/423OCF/F3B7SF2079A001/listing.html)
 
Place of Performance
Address: RAF Croughton and RAF Barford St. John, Brackley, Non-U.S., NN13 5NQ, United Kingdom
 
Record
SN02703639-W 20120324/120322235552-dfd3a6700c29c9cb6fafaa23de4f65df (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.