Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

D -- Television Subscription Services

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVJ63093AC01
 
Archive Date
6/25/2013
 
Point of Contact
Catherine M. Lee, Phone: 8138280280, Michael Terranova, Phone: 813-828-1671
 
E-Mail Address
catherine.lee.5@us.af.mil, Michael.Terranova.5@us.af.mil
(catherine.lee.5@us.af.mil, Michael.Terranova.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
*******The purpose of this modification is to extend the close date and time to Monday, 10 June 2013 at 1:00 P.M EST.************* This is a combined synopsis/solicitation for a commercial supply and/or service 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. The solicitation number for this requirement is F2VVJ63093AC01 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items. The 6th Contracting at MacDill Air Force Base, Florida, requires the following item: Television Subscription services in accordance with the attached Statement of Work (SOW)*** The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 Apr 2013, DFARS DPN 20130516 effective 16 May 2013, and AFFARS AFAC 2013-0327, effective 27 Mar 2013. The North American Industry Classification System code (NAICS) is 515210, Cable and Other Subscription Programming, with a Small Business Size Standard of $35,500,000.00. A firm fixed price contract will be awarded. All interested parties must bid on all applicable items. All interested parties must also fill out and submit with offer the attached DFARS 252.209-7999, DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2012-00004) (Jan 2012) DESCRIPTION OF REQUIREMENT: SEE ATTACHED STATEMENT OF WORK (SOW) FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. BASIS FOR AWARD: Award will be made to the quotation that offers the best value to the Government. In addition to price, when determining best value, the ordering activity may consider among other factors the following: Past performance and technical capability. PLACE OF PERFORMANCE: United States Central Command, MacDill AFB, FL 33621-5101 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting). FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.245-1, Government Property; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See www.sam.gov for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; Convict Labor; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. The following FAR clause applies to this solicitation and is incorporated in full text: The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2012-00004) (Jan 2012), DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Notification of transportation of Supplies by Sea, Alt III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (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 or 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 ombudsman Mr. Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB, IL 62225, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreement, 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/ACQ, 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). The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.223-9000, Elimination of use of Class I Ozone Depleting Substances (ODSs) (APR 2003): (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force Definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance [None] (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause). In addition, the proposal must list the Company name, address, DUNS number, CAGE Code, Federal TIN, and Point of Contact to include phone number and e-mail address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, 10 June 2010 not later than 1:00 P.M. EST. Submit offers or questions to the attention of Catherine Lee, 6 CONS/ LGCB, via fax 813-828-5111, or preferably by e-mail to catherine.lee.5@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ63093AC01/listing.html)
 
Place of Performance
Address: USCENTCOM, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03081123-W 20130607/130606002321-b705a7520484f8806cb38b25cfc5c672 (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.