Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
MODIFICATION

70 -- Battlespace Command and Control Center (BC3)

Notice Date
11/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KTAB2153A002
 
Archive Date
12/10/2012
 
Point of Contact
Rafaela Kovacs, Phone: 505-846-7691
 
E-Mail Address
rafaela.kovacs@kirtland.af.mil
(rafaela.kovacs@kirtland.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 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 shall not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is code 541512, Size Standard $25.5M. Solicitation number F2KTAB2153A002 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-61, Effective 15 Oct 2012. The Government intends to award a firm fixed price contract for the following Contract Line Item Number (CLIN): CLIN 0001 :Battlespace Command and Control Center (BC3) System See attached Statement of Work. Quantity: 1 Unit of Issue: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Project Completion: On or before 30 Apr 13 Please propose BRAND NAME OR EQUIVALENT equipment as allowed. If an "equal" product is proposed, compatibility shall be verified. Any proposal containing an "equal" product shall describe thoroughly how the product meets all required specifications. Failure to do so shall make the proposal non-responsive and shall not be considered for award. Offers may be mailed to AFNWC/PZIA, ATTN: Rafaela Kovacs, 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB, NM 87117, emailed (preferred) to rafaela.kovacs@Kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Rafaela Kovacs. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or through the SAM website at https://sam.gov. The following provisions and clauses incorporated by reference apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal) 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. [in paragraphs (b) and (c) the following clauses apply: [52.203-6, Alt 1, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.239-1] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data FAR52.219-1, Small Business Program Representations FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-10, Waste Reduction Program FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.227-19, Commercial Computer Software License FAR 52.228-5, Insurance-Work on Government Installation FAR 52.232-8, Discounts for Prompt Payment FAR 52.232-11, Extras FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services -- Fixed-Price FAR 52.246-16, Responsibility for Supplies FAR 52.246-19, Warranty of Systems and Equipment under Performance Specifications or Design Criteria FAR 52.246-25, Limitation of Liability -- Services DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7005, Representation Relating Compensation of Former DoD Officials DFAR 252.204-7000, Disclosure of Information. DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFAR 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFAR 252.211-7003, Item Identification and Valuation (Jun 2011) DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items DFAR 252.239-7000, Protection Against Compromising Emanations DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 52.203-3, 252.203-7000, 252.225-7012, 252.232-7003, 252.237-7010, 252.243-7002, and 252.247-7023] DFAR 252.223-7004, Drug-Free Work Force DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.232-7006, Wide Area WorkFlow Payment Instructions DFAR 252.232-7010, Levies on Contract Payments DFAR 252.239-7000, Protection Against Compromising Emanations DFAR 252.243-7001, Pricing of Contract Modification AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations The following full text provisions and clauses apply to this procurement: FAR 52.212-2, Evaluation -- Commercial Items. (a) 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: ( i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are equal, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) FAR 52.233-2, Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AFNWC/PZIA, 8500 Gibson Blvd SE, Bldg 20202 Rm 137, Kirtland AFB, NM 87117. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 shall 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 http://acquisition.gov/ FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 shall 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 FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. DFARS 252.215-7008, Only One Offer (a) The provision at FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data other Than Certified Cost or Pricing Data, with any alternate included in the solicitation, does not take effect unless the Contracting Officer notifies the offeror that -- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Upon such notification, the offeror agrees, by submission of its offer, to provide any data requested by the Contracting Officer in accordance with FAR 52.215-20. (c) If negotiations are conducted, the negotiated price should not exceed the offered price. AFFARS 5352.201-9101, OMBUDSMAN (APR 2010). (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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 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. The following addendum to provisions and clauses apply to this procurement: Addendum to 52.212-1: A completed proposal consists of the following page counts for each section using 1-inch margins and Times New Roman 12-font. Section Page Limit Technical 5 pages Past Performance 1 page Price 2 pages Addendum to 52.212-2: The Government intends to award a contract to the Lowest Priced Technically Acceptable offer which best conforms to this solicitation. Evaluation factors will be will be evaluated in the order in which they appear. (i) Price. Proposals shall be ordered from lowest price to highest price. (ii) Past Performance. Evaluation shall begin with the lowest price proposal. Offerors shall provide a contract number and point of contact including contact information for previous BC3 system provided to DOD Agencies. Offerors shall also provide points of contact including contact information for those subcontractors that are: small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns and women-owned small business concerns. Please indicate if the subcontractor has performed on BC3 systems. (a) Subfactor 1- Recent. Recent past performance is contracts/subcontracts that have been completed or currently in progress within the past three (3) years from the solicitation release date. (b) Subfactor 2 - Relevant Experience. Relevant experience is actual experience with providing and installing a BC3 system as outlined in the SOW. (c) Subfactor 3 - Quality. Quality is determined by whether the completed BC3 system met contractual requirements with few or minor problems. Past Performance Points of Contact will be contacted for this Subfactor. (d) Subfactor 4 - Utilization of Small Business Concerns. Compliance with the requirements of FAR 52.219-8, Utilization of Small Business Concerns shall be evaluated. (e) Subfactor 5 - Other Government Past Performance Sources. Other Government past performance sources, such as, but not limited to CPARS, PPIRS, or FAPIIS, may be inquired. Past Performance Ratings Acceptable - this rating shall be assigned to each Subfactor when past performance provided clearly demonstrates the requirement of the Subfactor has been met. Unacceptable - this rating shall be assigned to each Subfactor when past performance provided demonstrates the requirement of the Subfactor has not been met. If the Government cannot determine if Subfactors 1, 4, or 5 have been met, an acceptable rating will be assigned. If the Government cannot determine if Subfactor 2 or 3 has been met, an unacceptable rating will be assigned. Offerors will be assigned an overall rating Past Performance Rating of Acceptable or Unacceptable based on Subfactor ratings. Offerors with an unacceptable rating for Subfactor 2 and/or 3 shall receive an overall Unacceptable rating. (iii) Technical Capability. This section will provide basis for evaluating the offeror's ability to comply with the specific performance requirements of the PWS. (a) Subfactor 1 - Conformance. The technical response shall be evaluated for conformance with the requirements and the proposed approach to meeting all aspects of the project as outlined in the Statement of Work. (b) Subfactor 2 - Demonstration.The offeror's proposal shall demonstrate a thorough understanding of the requirements. Clarity and coherence are important in the subfactor. Offerors shall not merely reiterate the objectives or reformulate the requirements specified in the solicitation. Technical Capability Rating Acceptable - this rating shall be assigned to each Subfactor when technical response clearly demonstrates the requirement of the Subfactor has been met. Unacceptable - this rating shall be assigned to each Subfactor when technical response provided demonstrates the requirement of the Subfactor has not been met. Offerors will be assigned an overall rating Technical Capability Rating of Acceptable or Unacceptable based on Subfactor ratings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KTAB2153A002/listing.html)
 
Place of Performance
Address: Kirtland Air Force Base, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02935073-W 20121122/121120235051-fdc02823723c052e6d1d5f45e0ee1362 (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.