Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

58 -- IPTV for Peterson AFB - Supporting Documents

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-13-T-6026
 
Archive Date
9/7/2013
 
Point of Contact
Jared A. Van Orman, Phone: 719-556-6117, Jodi McCallum, Phone: (719)556-6110
 
E-Mail Address
jared.van_orman@us.af.mil, jodi.mccallum@peterson.af.mil
(jared.van_orman@us.af.mil, jodi.mccallum@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - DFARS 252.209-7999 - (editable) Attachment 3 - Itemized Listing Attachment 2 - Justifcation and Approval for Other than Full and Open Competition - Brand Name Attachment 1 - Statement of Work (SOW) - IPTV for Peterson AFB (i) This combined synopsis/solicitation for a commercial item with services incidental is 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-13-T-6026, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective 1 Aug 2013. (iv) This procurement is 100% small business set-aside. The NAICS code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and the size standard is 750 employees. A single award will be made to the offeror with the lowest priced technically capable offer. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation. (v) The Statement of Work (SOW) outlines the requirement and the work to be performed and is included as attachment 1. The item, with services incidental, required is being procured as Internet Protocol Television (IPTV) for Peterson AFB; this requirement requires VBrick Brand Name equipment. The memorandum entitled "Justification and Approval for Other than Full and Open Competition" is attached as attachment 2. This requirement for IPTV for Peterson AFB is in accordance with attachment 3, "Itemized Listing". (vi) Quotes submission: Item identification to include Item numbers, part numbers, manufacturer, description, unit of issue (U/I), quantity, unit pricing, total price, terms & conditions. (Quotes must be valid for a minimum of 30 days after submittal). Also submit DUNS, CAGE Code, FOB Point, Discount Terms, Delivery Date and DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) (***Provided as attachment 4; Fill-in and return with quotation***) (vii) The commercial item being requested shall be priced as FOB destination to Peterson AFB, CO. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the System for Award Management (SAM) database at (www.sam.gov ) in order to be considered for award. Multiple offers will not be accepted. The government will not provide contract financing for this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. IAW Paragraph A an award will be made to the offeror who is able to meet the technical capability and has the lowest price. The following factors shall be used to evaluate offers: Factor 1: Technical Capability (ability of the item(s) offered to meet the agency need) Factor 2: Price (1) Factor 1: Technical Capability: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in attachment 3, Itemized Listing. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) AWARD PROCESS: The Government will first evaluate all quotations on a pass or fail basis to determine whether the quote meets the specifications described in both the SOW, attachment 1, and the Itemized Listing, attachment 3. Quotes will then be ranked according to price. The offeror who submits the lowest price and meets or exceeds the specifications described in attachments 1 and 3 will receive the award. The award will be made to that offeror without further consideration of any other offerors. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2013), applies to this acquisition. All vendors shall be registered in the System for Award Management (SAM) (www.sam.gov) at the time of quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jul 2013), applies to this acquisition. (xii) The clause 52.215-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Jan 2013) (DEVIATION), applies to this acquisition. (xiii) The following FAR clauses apply to this solicitation: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.219-1 Alt I Small Business Program Representations (Apr 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Jul 2013) FAR 52.219-14 Limitations on Subcontracting (Nov 2011) FAR 52.219-28 Post-Award Small Business program Re-representation (Jul 2013) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-37 Employment Reports on Veterans (Sep 2010) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Dev) (Aug 2012) FAR 52.233-1 Disputes (July 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.243-1 Changes - Fixed-Price (Aug 1987) FAR 52.247-34 FOB Destination (Nov 1991) FAR 52.249-2 Termination for Convenience of the Government (Fixed Price) (Apr 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984)(Defense Federal Acquisition Regulation Supplement, Chapter 2) The following DFARS clauses apply to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (MAY 2013) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jun 2013) ***Fill-in and return with quotation*** DFARS 252.215-7007 Notice of Intent to Resolicit (Jun 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013) DFARS 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (Jun 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies On Contract Payments (Dec 2006) The following AFFARS clauses apply to this solicitation: AFFARS 5352.201-9101 Ombudsman (Nov 2012) - contact: Center/MAJCOM/DRU or AFISRA ombudsmen, Col Matthew Stevens, 150 Vandenberg St, Peterson AFB, CO, 80914-1105, Commercial number 719-554-5300, Fax number 719-554-5299, matthew.stevens@us.af.mil. AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall be submitted in writing no later than 3:00 PM MST, 23 August 2013. Submit quotes to SSgt Jared Van Orman at jared.van_orman@us.af.mil, Ms. Jodi McCallum at jodi.mccallum@us.af.mil, Mr. William Ray at william.ray.11@us.af.mil and 21cons.lgcba@us.af.mil (xvi) Contact Information: Primary Point of Contact: Mr. William Ray Contracting Officer Phone: 719-556-3843 E-mail: william.ray.11@us.af.mil Secondary Point of Contact: Ms. Jodi McCallum Contract Specialist Phone: 719-556-6110 E-mail: jodi.mccallum@us.af.mil Third Point of Contact: SSgt Jared Van Orman Contract Specialist Phone: 719-556-6117 E-mail: jared.van_orman@us.af.mil Attachments: 1. STATEMENT OF WORK (SOW) 2. JUSTIFCATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 3. ITEMIZED LISTING & PRICING DOCUMENT - Instructions for completing this document are IN the document itself. 4. DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004)(JAN 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6026/listing.html)
 
Place of Performance
Address: Peterson AFB and Schriever AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03150152-W 20130817/130815235410-087745b892f700a14b4762e1e09bb218 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.