Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

D -- Audio Visual Equipment and Software Maintenance - Amendment 02

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2250 Engineer St. Ste 1, JBSA Ft Sam Houston, Texas, 78234-7584, United States
 
ZIP Code
78234-7584
 
Solicitation Number
0010692727-0001
 
Archive Date
9/26/2015
 
Point of Contact
David A. Schory, Phone: 2102954932, GARY BECK, Phone: 2108086146
 
E-Mail Address
david.a.schory.civ@mail.mil, gary.d.beck4.civ@mail.mil
(david.a.schory.civ@mail.mil, gary.d.beck4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 02 The 502d Contracting Squadron is issuing a combined synopsis/solicitation for the service and maintenance to the US Army North Command's Current Operations Integrated Center (COIC) and the Future Operations Center (FOCI) located in Building 16, at Joint Base San Antonio (JBSA) - Fort Sam Houston, Texas. This solicitation is for commercial services and is prepared in accordance with the format in subpart FAR 12.6, in conjunction with the policies and procedures under FAR 13.1, and as supplemented with additional information included in this notice. A Firm Fixed Price Purchase Order will result from this solicitation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 0010692727-0001 and is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) Code is 811213 (Size Standard is $11.0 Million ). This acquisition is set aside for Service Disabled Veteran Owned Small Businesses in accordance with FAR 19.502-1. The solicitation document and incorporated provisions and clauses are those in affect through the Federal Acquisition Circular 2005-83. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://acquisition.gov/far// or http://farsite.hill.af.mil//. The Contractor shall provide all personnel, equipment, supervision, supplies, materials, equipment, and transportation necessary to complete this contract as defined in the attached Performance Work Statement (PWS) dated 18 May 2015 ( Attachment 1). This requirement will consist of a one (1) year Base period and a four (4) - one (1) year Option periods as indicated in the attached CLIN Pricing Schedule for Base Year and Option Year) (Attachment 2 ). The Contractor will fill out all of the individual CLIN unit prices and the total dollar prices on Attachment 2 for all periods. In addition, please ensure that there are no math calculation errors. Site Visit information : A ONE TIME ONLY site visit to the project site will be held at 1300 hours (Central Standard Time) on Monday 17 August 2015 at Conference Room 2, Building 4196, 2250 Engineer Street, Joint Base San Antonio (JBSA) - Fort Sam Houston, Texas. See the individual attachments for the site visit instructions, site map, and the Application for Installation Access Credential (AIAC) form. Every individual contractor attending this site visit must fill out a separate AIAC form and submit them via email to both david.a.schory.civ@mail.mil and gary.d.beck4@mai.mil no later than Thursday 13 August 2015 by 1700 hours (Central Standard Time). NOTE: Prospective contractors shall report to the Walters Street Visitors Control Center (Adjacent to the Fort Sam Houston Main Gate) at least one (1) hour before the initial briefing time to obtain a visitor pass to enter the installation. (See attached map). The Walters Street Gate is located on EXIT 159B if traveling south on Interstate 35. If traveling north on Interstate 35, utilize EXIT 159A. Basis of Award : The Government will employ and award to the vendor whose quote represents the lowest price technically acceptable to the Government. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the Government based on selection of the lowest price and technical capability. To be eligible for award a quotation must be able to make an offer and use the CLIN schedule mentioned above and provide all information required. If the quotation does not provide pricing for all itemized CLIN Items, then it will be determined unacceptable, and the vendor will be excluded from competition and will not be considered for contract award. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. The Government will award a Purchase Order to the responsible offeror conforming to this solicitation, whose offer will be the most advantageous to the Government, price and other factors considered; the following factors shall be used to evaluate offers: Price - Complete and submit the CLIN Pricing Sheet (Attachment 2). Technical Information, Award shall be made to the lowest priced technically responsive offeror.. Options : The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base 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). 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 offeror'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. Offerors shall also include a completed copy of the provision of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. All potential offerors are advised that this solicitation includes the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (February 2012 ), which at paragraph (t), System for Award Management (SAM), requires all offerors doing business with the Federal Government to be registered and maintain active registration in the SAM database. Offerors can register at http//www,sam.gov//. Offerors should include their Data Universal Number System (DUNS) number and CAGE Code in their offer. The Contracting Officer will certify registration in SAM prior to contract award. Failure to complete this requirement may result in elimination from consideration of award. The following provisions by reference apply to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2013 ) FAR 52.204-13, System for Award Management Registration (Dev) (Jul 2013) FAR 52.212-1, Instruction to Offerors - Commercial Items (Apr 2014) FAR 52,212-2, Evaluation - Commercial Items (Oct 2014) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 (Deviation), Contract Terms and Conditions to Implement Executive Orders - Commercial Item Deviation (Jul 2014) FAR 52.217-5, Evaluation of Options (Jul 2014 ) FAR 52.222-3, Convict Labor (Jun 2003 ) FAR 52.222-41, Service Contract Act of 1965 (May 2014 ) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014 ) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving (Aug 2011) FAR 52.232-1, Payments (Apr 1984 ) FAR 52.232-8, Discounts for Prompt Payments (Feb 2002 ) FAR 52.232-12, Advanced Payment (May 2001) FAR 52.232-19, Availability of Funds for Next Fiscal Year (Apr 1984) FAR 52.232-33, Payments by Electronic Funds Transfer (Jul 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) Far 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3, Continuity of Services (Jan 1991) FAR 52.242-15, Stop Work Order (Aug 1989) FAR 52.252-5, Authorized Deviations in Provisions ( Apr 1984 ) FAR 52.253-1, Computer Generated Forms ( Jan 1991 ) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7004 Alt A, Central Contractor Registration, Alternate A, (Feb 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010, Levies on Contractor Payments (Dec 2006 ) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) 5352.201-9101, Ombudsman (Apr 2014) 5352.223-9001, Health and Safety on Government Installations (Nov 2012 ) 5352.242-9000, Contractor Access to Air Force Installations ( Nov 2012 ) Wide Area Work Flow (WAWF) Anti-Terrorism NOTE: Some of the above clauses are required to be in full text. Upon selection of a contractor, they will be incorporated and included in full text in the contract award. The following provisions by Full Text apply to this solicitation : ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (May 2015) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as the paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. (End of Clause). 52. 216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed price Purchase Order contract resulting from this solicitation. (End of Provision) 52.217-8 -- Option to Extend Services (Nov 1999) 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 15 days before contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor no later than 15 calendar days prior to the expiration of the contract period ; 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 66 months. (End of Clause) 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 will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (is): h ttp://farsite.hill.af.mil// (End of clause) All questions to this RFQ solicitation are due NO LATER THAN 12:00 HOURS CENTRAL STANDARD TIME (CST), 1 9 AUGUST 2015 and shall be sent electronically via email to David Schory, Contract Specialist, email address is david.a.schory.civ@mail.mil with a copy furnished to Gary Beck, Contracting Officer, email address is gary.d.beck4,civ@mail.mil. Offers to this RFQ solicitation are due NO LATER THAN 12:00 HOURS CENTRAL STANDARD TIME (CST), 28 AUGUST 2015 and shall be sent electronically via email to David Schory, Contract Specialist, email address is david.a.schory.civ@mail.mil with a copy furnished to Gary Beck, Contracting Officer, email address is gary.d.beck4,civ@mail.mil. Please note that ZIP files cannot be accepted through the email server. Do not send ZIP files. The anticipated date of Contract award is 30 September 2015. Contracting Office Address : 502d Contracting Squadron 2250 Engineer Street, Suite 1, Building 4196 Joint Base San Antonio (JBSA) Fort Sam Houston, Texas 78234-7740 Place of Performance: Current Operations Integration Center (COIC) and Future Operations Center 1405 East Greyson Street, Building 16 Joint Base San Antonio (JBSA) Fort Sam Houston, Texas 78234-7740 Primary Point of Contact : David A. Schory Contract Specialist david.a.schory.civ@mail.mil Phone: (210) 295-4932 Secondary Point of Contact: Gary D. Beck Contracting Officer gary.d.beck4.civ@mail.mil Phone: (210) 808-6146
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e71c821c555b4dfc8b917a4c04843d20)
 
Place of Performance
Address: Current Operations Integration Center (COIC) and Future Operations Center, 1405 East Greyson Street, Building 16, Joint Base San Antonio (JBSA) Fort Sam Houston, Texas 78234-7740, San Antonio, Texas, 78108, United States
Zip Code: 78108
 
Record
SN03861766-W 20150830/150828235648-e71c821c555b4dfc8b917a4c04843d20 (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.