Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

R -- Cable Television System Maintenance - Attachments

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0318
 
Archive Date
9/30/2015
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit Registration Form Site Visit Sign up form Wage Determination Reps & Certs Performance Work Statement (PWS) This is a Request For Quote 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-0318 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150826. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 515210 and size standard of $38.5M. The contractor shall provide maintenance for the requirements in the attached Performance of Work Statement (PWS) on a firm fixed price basis including the cost of shipping FOB Destination: The Period of Performance will be one (1) Base Year and four (4) Option Years: 23 September 2015 - 22 September 2016; 23 September 2016 - 22 September 2017; 23 September 2017 - 22 September 2018, 23 September 2018 - 22 September 2019, 23 September 2019 - 22 September 2020. Price each option separately and include an overall total. Refer to the attached PWS for contract specific requirements (Attachment No.1) A SITE VISIT is encouraged and will be conducted Thursday, 10 September 2015 at 2:00pm, (Eastern Time) at Air Force Research Laboratory, 525 Brooks Road Rome, NY, 13441. To ensure attendance, Offerors must complete the attached Site visit Reservation Form (Attachment No. 2) and submit it to the security office (follow directions on the form). Offerors must also complete the Site visit sign up form to notify the Primary POC (Attachment No. 3) and submit it to the POC listed in paragraph (b) below. Both forms must be submitted by 3:00PM (Eastern Time) Tuesday, 8 September 2015. If no responses are received the Site Visit will be cancelled. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice The required Period of Performance is 23 September 2015 to 22 September 2016 Plus 4 Option Years. If all options are exercised the period of performance will end 22 September 2020. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13440 The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, 9/15/2015. Submit to AFRL/RIKO to Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 or by email to Tabitha.Haggart@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items service being offered in sufficient detail for the Government to evaluate the acceptability of the offer. Include product literature and other documentation necessary to demonstrate compliance with the products listed and the terms and conditions of the PWS. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Methodology: Lowest Price Technically Acceptable (LPTA) with acceptable past performance. The following factors shall be used to evaluate offers: (i) technical acceptability (ii) price, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable Offeror with acceptable past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance for compliance with the requirements of the PWS (Attachment #1). Technical Acceptability also includes acceptable past performance. In determining acceptable past performance the Government will independently obtain data from other Government and commercial sources in order consider an Offeror' s history of compliance with delivery schedules, order support, and general customer satisfaction as well as use the required past performance data submitted IAW paragraph b(10). All evaluation factors other than price, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror with acceptable past performance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items: 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2015 APPROPRIATIONS 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (See attached Reps & Certs) The clause 52.217-8, Option to Extend Services applies to this acquisition. The Government may exercise the option by written notice to the contractor before the contract expires. The clause 52.217-9, Option to Extend the Term of the Contract applies to this acquisition. The Government may exercise the option by written notice to the contractor before the contract expires. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 23183 Electronics Technician Maintenance III, WG-10 $25.36+ $4.27 = $28.85 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.232-18, Availability of Funds. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017, Notice Of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Requirement specific guidance is provided for the following clause: In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0318/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03868153-W 20150904/150902235924-945c25f287b40de0a90d53d41ab23d24 (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.