Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

J -- Digital Lecture Streaming Maintenance Service - Attachments

Notice Date
1/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-Q-0132
 
Archive Date
2/6/2016
 
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
Performance Work Statement, 7 January 2016 Wage Determination Offeror Representations and Certifications-Commercial Items (Short Form) Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation 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 FA8751-16-Q-0132 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) 2005-86 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20151230. 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 238210 with average annual receipts of $15M. The contractor shall provide the service as described in the 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: 1 February 2016 - 31 January 2017; 1 February 2017 - 31 January 2018; 1 February 2018 - 31 January 2019; 1 February 2019 - 31 January 2020; 1 February 2020 - 31 January 2021; Price each option separately and include an overall total. (See attached bid schedule, Attachment No. 2) Refer to the attached PWS for contract specific requirements (Attachment No.1) 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 1 February 2016 to 31 January Plus 4 Option Years. If all options are exercised the period of performance will end 31 January 2021. 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 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, 22 January 2016. 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 being offered. Include product literature and other documentation necessary to demonstrate compliance with the products listed and the terms and conditions of the PWS. (b)(11) 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. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and Alternate I 252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003) 252.209-7991, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the contract provided that the Government gives the Contractor a preliminary written notice of its intent to extend 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 60 months. 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: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment X 52.219-6, Notice of Total Small Business Aside X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award Management X 52.239-1, Privacy or Security Safeguards X 52.222-41, Service Contract Labor Standards X 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23181 Electronics Technician WG10, $25.36 + $4.27 = $29.63 Maintenance III X 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment X 52.222-55, Minimum Wages Under Executive Order 13658 The following additional FAR and FAR Supplement provisions and clauses also apply: X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.204-19, Incorporation by Reference of Representations and Certifications X 52.232-18, Availability of Funds X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 52.247-34, FOB Destination X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. X 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015). (b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015), shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award. (d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (1) Why a particular security requirement is not applicable; or (2) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. X 252.204-7011, Alternative Line Item Structure X 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001) X 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 U.S.C. 2320) X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018, Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea - Basic X 252.247-7024, Notification of Transportation of Supplies by Sea X 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. X 5352.223-9001, Health and Safety on Government Installations The following additional terms and conditions apply: 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. Please confirm in your proposal 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/FA8751-16-Q-0132/listing.html)
 
Record
SN03994174-W 20160117/160115234418-7e2e21741dcf589812f847deb2723be7 (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.