Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

D -- Maxwell Gunter AFB Appropriated Fund (APF) Food Service Internet Service - Statement of Objectives

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B36133A001
 
Archive Date
7/29/2016
 
Point of Contact
Joshua D. Williams, Phone: 334-953-7461, Rolfy D. Caceres, Phone: 334-953-3538
 
E-Mail Address
joshua.williams.23@us.af.mil, rolfy.caceres.1@us.af.mil
(joshua.williams.23@us.af.mil, rolfy.caceres.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Objectives GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase services/items as described in this document. This is a streamlined 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; proposals are being requested and a written solicitation will not be issued.notice. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-88 (15 Jun 2016) and the DPN 20160630 effective 30 Jun 2016. NAICS Code: 517110; size standard: 1500 EMP Any questions must be received by 12 Jul 2016, 15:00 hrs CST. Proposals must be received by 14 Jul 2016, 15:00 hrs CST. E-mail proposals are acceptable. Please respond to this RFQ by emailing response to: SSgt Joshua Williams at e-Mail: joshua.williams.23@us.af.mil AND rolfy.caceres@us.af.mil. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. DESCRIPTION: The Maxwell/Gunter AFB Appropriated Fund Food Service operation has a requirement for a commercial internet installation and service as outlined in the Statement of Objectives. PERIOD OF PERFORMANCE: Base: 31 Jul 16 - 30 Jul 17; Opt 1: 31 Jul 17 - 30 Jul 18; Opt 2: 31 Jul 18 - 30 Jul 19; Opt 3: 31 Jul 19 - 30 Jul 20; Opt 4: 31 Jul 20 - 30 Jul 21 LOCATION: Riverfront Inn dining facility builiding 668 Maxwell AFB AL, Officer Training School (OTS) dining facility building 1485 Maxwell AFB AL, and Aviation Inn dining facility building 1065 Gunter Annex AL SCHEDULE OF SERVICES: CLIN 0001: Riverfront Inn Bldg. 668 with one IP address (PoP: 31 Jul 16 - 30 Jul 17) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 0002: OTS DFAC Bldg. 1485 with one IP address. (PoP: 31 Jul 16 - 30 Jul 17) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 0003: Aviation Inn Bldg. 1065 with one IP address. (PoP: 31 Jul 16 - 30 Jul 17) Qty: 12Months Unit Price: $ Total Cost:$ CLIN 0004: Installation of services Bldg. 668/Bldg. 1485/Bldg. 1065. (PoP: 31 Jul 16 - 30 Jul 17) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 1001: Riverfront Inn Bldg. 668 with one IP address (PoP: 31 Jul 17 - 30 Jul 18) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 1002: OTS DFAC Bldg. 1485 with one IP address. (PoP: 31 Jul 17 - 30 Jul 18) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 1003: Aviation Inn Bldg. 1065 with one IP address. (PoP: 31 Jul 17 - 30 Jul 18) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 2001: Riverfront Inn Bldg. 668 with one IP address (PoP: 31 Jul 18 - 30 Jul 19) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 2002: OTS DFAC Bldg. 1485 with one IP address. (PoP: 31 Jul 18 - 30 Jul 19) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 2003: Aviation Inn Bldg. 1065 with one IP address. (PoP: 31 Jul 18 - 30 Jul 19) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 3001: Riverfront Inn Bldg. 668 with one IP address (PoP: 31 Jul 19 - 30 Jul 20) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 3002: OTS DFAC Bldg. 1485 with one IP address. (PoP: 31 Jul 19 - 30 Jul 20) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 3003: Aviation Inn Bldg. 1065 with one IP address. (PoP: 31 Jul 19 - 30 Jul 20) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 4001: Riverfront Inn Bldg. 668 with one IP address (PoP: 31 Jul 20 - 30 Jul 21) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 4002: OTS DFAC Bldg. 1485 with one IP address. (PoP: 31 Jul 20 - 30 Jul 21) Qty: 12 Months Unit Price: $ Total Cost:$ CLIN 4003: Aviation Inn Bldg. 1065 with one IP address. (PoP: 31 Jul 20 - 30 Jul 21) Qty: 12 Months Unit Price: $ Total Cost:$ CONTRACT TERMS AND CONDITIONS: The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil ) FULL TEXT: 52.212-1 INSTRUCTIONS TO OFFERORS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFP. a. The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. c. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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. Award will be based on lowest price technically acceptable (LPTA). The contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be made in the aggregate to the responsible contractor if the price is determined to be fair and reasonable, and does not exceed fair market price. (b) 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 offer'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. REFERENCE: CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions and clauses are included: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to offerors - Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.217-5 -- Evaluation of Options 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Labor Standards Statute (formerly SCA) 52.222-50, Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt 1, Alternate A, System for Award Management 252.204-7012, dev Safeguarding of Unclassified Controlled Technical Information 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7031, Secondary Arab Boycott of Israel 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Work Flow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 5352.223-9001, Health and Safety on Government Installations 5352.201-9101 OMBUDSMAN (APR 2014) By full text: The following provisions and clauses are included: 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. (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 within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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) 5352.201-9101 OMBUDSMAN APR 2014 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) PROVIDE THE FOLLOWING: Company Name: _________________________________________________________________ Company Address, Phone, Fax, Email and Point of Contact: ______________________ ______________________ ¬¬______________________ Email: Point of Contact: Cage Code: Type of Business: Tax Identification Number: Attachment 1 - SOO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B36133A001/listing.html)
 
Place of Performance
Address: Maxwell/Gunter AFB, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN04173848-W 20160709/160707234923-9a62691de1138442b2307d79be84953e (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.