Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

L -- Computer Support Sepcialist

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-14-T-0095
 
Response Due
10/7/2014
 
Archive Date
11/28/2014
 
Point of Contact
David Williams, 9103963058
 
E-Mail Address
MICC Center - Fort Bragg
(david.a.williams17.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION W91247-14-T-0095 COMPUTER SUPPORT SPECIALIST - AIR FORCE EDUCATION CENTER POPE AIR FIELD, NORTH CAROLINA (i) 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. (ii) This Solicitation document W91247-14-T-0095 is issued as a Request for Proposals. (iii) This Solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-73, effective May 29, 2014. (iv) Notice of 100% Small Business Set-Aside. The associated NAICS code is 541513 with a size standard of $27.5M. (v) CLIN 0001 - Computer Support Services Period of Performance: 1OCT14 - 30SEP15. The Contractor shall provide all labor, materials, travel, personnel, equipment, supplies, facilities, transportation, tools, supervision, non-personal services, and other items necessary to perform Computer Support Services in support of the U.S. Air Force (AF) voluntary off-duty education program located on Pope Field, NC in strict compliance with the Performance Work Statement, all specifications, terms, conditions, clauses, and all other provisions contained herein. CLIN 0002 - Contract Manpower Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. CLIN 1001 - Computer Support Services Period of Performance: 1OCT15 - 30SEP16. The Contractor shall provide all labor, materials, travel, personnel, equipment, supplies, facilities, transportation, tools, supervision, non-personal services, and other items necessary to perform Computer Support Services in support of the U.S. Air Force (AF) voluntary off-duty education program located on Pope Field, NC in strict compliance with the Performance Work Statement, all specifications, terms, conditions, clauses, and all other provisions contained herein. CLIN 1002 - Contract Manpower Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. CLIN 2001 - Computer Support Services Period of Performance: 1OCT16 - 30SEP17. The Contractor shall provide all labor, materials, travel, personnel, equipment, supplies, facilities, transportation, tools, supervision, non-personal services, and other items necessary to perform Computer Support Services in support of the U.S. Air Force (AF) voluntary off-duty education program located on Pope Field, NC in strict compliance with the Performance Work Statement, all specifications, terms, conditions, clauses, and all other provisions contained herein. CLIN 2002 - Contract Manpower Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. (vii) This requirement has a 12-month base year with Two (2) One-Year Option Periods. (viii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS. 1. This is an ALL or Nothing requirement. Offerors must be able to provide all required services. Additionally, Offerors are expected to submit a TOTAL PROPOSAL with technical specifications for each item, which at its end state will accomplish the objectives described in this solicitation. 2. SMALL BUSINESS SET-ASIDE. This is a 100% Small Business Set-Aside. 3. CLOSING DATE/TIME. The solicitation will close and all proposals shall be submitted not later than 11:00 A.M. EST, Tuesday, 7 October 2014 via Federal Business Opportunities. 4. POINT OF CONTACT. The Government point of contact for this action is SSG David Williams, Contract Specialist, and can be reached via email: david.a.williams17.mil@mail.mil and (910) 396-3058. The acceptable method of submitting proposals will be via email to: david.a.williams17.mil@mail.mil 5. QUESTIONS. All questions pertaining to this requirement shall be submitted in writing no later than 11:00 AM EST on Friday, 3 October 2014. If government responses to technical questions affect the requirement an Amendment to the solicitation will be issued. Questions can be addressed to SSG David Williams, Contract Specialist, and can be reached via email: david.a.williams17.mil@mail.mil 6. VENDOR SHALL SUBMIT THE FOLLOWING INFORMATION. a. Company Name/Address: b. DUNS #: c. Cage Code: d. Federal Tax ID: e. Business Size: f. Business Type :______________________( i.e. Minority/Woman Owned/Disadvantaged/Veteran Owned, Service Disable Veteran Owned, HubZone, etc.) h. Point of Contact: i. POC Phone/Fax/E-mail: 7. PRICING. The Offeror must submit a proposed unit price and amount for each CLIN listed in the solicitation. Proposals shall be submitted on company letterhead and must clearly identify the corresponding CLIN for each item priced as well as each item's unit price and quantity. A total price of all items shall also be included. 8. The Offeror shall incorporate all appropriate discounts in their proposal that are applicable to this solicitation. 9. Proposals shall be good for at least 60 days after submittal. 10. Period of Performance: Contractor shall be ready for services to begin on 10 October 2014. 11. Contract Type: Firm-Fixed Price (FFP) 12. Current SAM Registration is required. (ix) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. ADDENDUM TO 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) Price and (ii) Contractor Responsibility. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERICIAL ITEMS 1. INSURANCE REQUIREMENTS: The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, quote mark Insurance--Work on a Government Installation. quote mark KIND:AMOUNT: Worker's Compensation: As required by applicable statutes and regulations Comprehensive General Liability: $500,000 per occurrence Comprehensive Automobile Liability:$200,000 per person for bodily injury $500,000 per occurrence for bodily injury $50,000 per occurrence for property damage Employer's Liability:$100,000 NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. 2. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: - Any other day designated by federal statute - Any other day designated by Executive Order 3. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b) The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c) An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d) The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER: TBD TYPE OF DOCUMENT: COMBO CAGE CODE: TBD ISSUE BY DODAAC: W91247 ADMIN DODAAC: W91247 INSPECT BY DODAAC: TBD SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: LEAVE BLANK PAY OFFICE DODAAC: TBD (xii) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract, 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; FAR 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business Concerns, 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (xiii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification, FAR 52.232-1 - Payments, FAR 52.233-2 -- Service of Protest, FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7 -- Central Contractor Registration, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.237-10 - Identification of Uncompensated Overtime. Class Deviations FAR 52.204-99, System for Award Management Registration (DEVIATION). This clause can be located at http://farsite.hill.af.mil. DFARS Clauses DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. Local Clauses 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) (xiv) The Government will award a Firm Fixed Price (FFP) contract as a result of this solicitation. (xv) Proposals are due at 11:00 AM Eastern Time, Tuesday, 7 October 2014. The Proposals shall be submitted in accordance with the instructions provided under Part viii of this solicitation. (xvi) The points of contact for this solicitation are SSG David Williams, (910) 396-3058, david.a.williams17.mil@mail.mil and Eddy Savory, (910) 396-2208, Eduardo.e.savory3.civ@mail.mil (xvii) Any amendments to this RFQ will be posted to this site after the site visit. Please monitor this site frequently throughout the solicitation process. ATTACHMENTS The following attachments apply to this Request for Proposal: PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b0dce95dfc26581ba2ae254fafd86fa)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03536397-W 20141001/140930022909-5b0dce95dfc26581ba2ae254fafd86fa (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.