Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

J -- OTS PA System Repair - Statement of Work (SOW) - Wage Determination

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
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
F2XJA86237AW01
 
Archive Date
10/7/2016
 
Point of Contact
Rolfy D. Caceres, Phone: 334-953-7799, Justin D. Holmly, Phone: 334-953-1549
 
E-Mail Address
Rolfy.Caceres.1@us.af.mil, justin.holmly@us.af.mil
(Rolfy.Caceres.1@us.af.mil, justin.holmly@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination OTS PA System SOW Combined Synopsis/Solicitation for OTS PA System Repair Contract Specialist: SrA Mahbubul K Soeb PCO: TSgt Rolfy D Caceres 1. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued. ***NOTE*** All instructions, templates and formats contained herein shall explicitly be adhered to; otherwise, a quote is determined to be incomplete and shall not be considered for award. 2. Solicitation Number: F2XJA86237AW01 3. This Synopsis/Solicitation is issued as a Request for Quote (RFQ) 4. Provisions and clauses in effect through Federal Acquisition Circular FAC 2005-89 5. A notice regarding any set-aside: Total Small Business Set Aside 6. NAICS Code: 811211 7. Small Business Size Standard: $7.5 Million 8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A 9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): CLIN Item Quantity Unit 0001 Repair and replace failed OTS paging system 1 EA In accordance with (IAW) the attached Statement of Work (SOW). CLIN Item Quantity Unit 0002 Labor and Installation 1 EA 10. Description of requirements for the items to be acquired: Purchase of OTS PA System Repair per attached Statement of Work. 11. Instructions for Site Walk:N/A. 12. Date of delivery / Period of Performance: 27 Sep 16 - 26 Dec 16 13. Place(s) of Delivery and Acceptance: N/A 14. FOB Point: N/A 15. Attachments: Statement of Work (SOW) 16. The name and telephone number of the individual to contact for information regarding the solicitation: TSgt Rolfy Caceres (rolfy.caceres.1@us.af.mil) Phone: 334-953-7799 or TSgt Justin Holmly (justin.holmly@us.af.mil) Phone: 334-953-4745. 17. Additional Information: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may make a request through the SAM website at http://www.sam.gov. Be advised that all interested parties must be registered as a small business in the Small Business Administration (SBA) Dynamic Business Search Database under the proper NAICS Code in order to receive an award. If you are not registered, you may self-certify through the SBA website at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. IAW DFARS 252.232-7003(b)(1) all invoices shall be submitted via Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. (Procedures and POC's specific to this contract will be added to the contract). 18. The provision at FAR 52.212-1 Instructions to Offerors and 52.212-2 Evaluation - Commercial Items apply to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors The following is to be added to FAR 52.212-1 paragraph (b): 1. Please provide your quote using the combined synopsis. FAR 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price NOTE: The aforementioned documentation are considered technical factors and are required for a proposal to be considered technically acceptable for contract award. 2. Offers are due before 12:00PM CST, Thursday 22 September 2016. 3. Offers shall be emailed to rolfy.caceres.1@us.af.mil or justin.holmly@us.af.mil Do not post offers to FedBizOpps. 4. Please request read receipt on all submitted quotes. 5. All questions are due before 12:00PM CST, Tuesday, 20 September 2016.; answers will be posted to FedBizOpps NLT COB Tueday, 20 September 2016. 6. Vendors shall include a completed copy of the provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certificates electronically at http://www.sam.gov. If any vendor has not completed the annual representations and certifications electronically at the SAM website, the vendor shall complete only paragraphs (c) through (o) of this provision. (End of Provision) 19. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. Federal Acquisition Regulation (FAR) provision 52.204-7, System for Award Management (Jul 2013), 52.204-13, System for Award Management Maintenance (Jul 2013); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this solicitation. In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016) with Alternate I (Oct 2014). FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013). The following clauses cited in clause 52.212-5 also applies: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-13, Notice of Set-Aside of Orders (Nov 2011); 52.219-28, Post Award Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). The following DFARS provisions and clauses applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Dec 2015); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.243-7001 Pricing of Contract Modifications (Dec 1991). FAR Clauses and Provisions by Full Text: 252.204-7006 Billing Instructions (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 252.232-7006 - WAWF FILL-IN: 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Block 15 (Deliver To) of SF1449) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. Issue By DoDAAC Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base Admin DoDAAC Block 16 (Administered by) of SF1449 Inspect By DoDAAC Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Ship To Code Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship From Code "Not applicable." Mark For Code Customer Service Approver (DoDAAC) "Not applicable." Service Acceptor (DoDAAC) Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. Accept at Other DoDAAC "Not applicable." LPO DoDAAC "Not applicable." DCAA Auditor DoDAAC "Not applicable." Other DoDAAC(s) "Not applicable." (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. crystal.turgeon@us.af.mil rolfy.caceres.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. justin.holmly@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN JUN 2016 (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 proposals, 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; 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/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. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA86237AW01/listing.html)
 
Place of Performance
Address: Maxwell AFB, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN04273217-W 20160917/160915235519-e9d56ebafdaae77aa6073af099d27d80 (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.