Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

D -- Speaker Installation Services

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-17-Q-0119
 
Archive Date
9/2/2017
 
Point of Contact
Daniel J. Dodson, Phone: 7074247770, Anthony C. Jacobs, Phone: 7078163897
 
E-Mail Address
daniel.dodson.1@us.af.mil, anthony.jacobs.8@us.af.mil
(daniel.dodson.1@us.af.mil, anthony.jacobs.8@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
08 August 2017 MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: 60TH COntracting squadron 350 hanger ave, BLDG. 549 TRAVIS AFB, CA 94535-2632 SUBJECT: Request for Quotation, FA4427-17-Q-0119, Speaker Installation Services 1. The 60th Contracting Squadron at Travis Air Force Base intends to establish a Firm Fixed Price contract for Speaker Installation Services for 60th Air Mobility Wing as listed in paragraph 7. 2. General Information: Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: FA4427-17-Q-0119 Speaker Installation Services Posted Date: 08 August 2017 Solicitation Response Date: 18 August 2017 Estimated Award Date: 22 August 2017 Set Aside: Total Small Business Set-Aside NAICS Code: 541519 - Other Computer Related Services Point of Contract: SSgt Daniel Dodson, daniel.dodson.1@us.af.mil, 424-7770 3. 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; proposals are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13. 4. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA4427-17-Q-0119. 5. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017, Defense Acquisition Circular 20161222 effective 22 December 2016, and Air Force Acquisition Circular 2017-0127 effective 27 January 2017. 6. The North American Industry Classification System (NAICS) code for this solicitation is 541519 - Other Computer Related Services. Small Business Size Standard is $27.5M. 7. The contractor shall provide speaker installation services IAW the attached Statement of Work (SOW). The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired and the date and place of the period of performance and acceptance and FOB point. CLIN Description Quantity Unit Cost per Unit Total (USD $) (USD $) 0001 Speaker installation services IAW the attached SOW 1 Job (US Dollars $) TOTAL All CLINS FBO Destination Place of Delivery: 60 CES Bldg. 38 Travis AFB, CA 94535 ATTN: SSgt Kemer Reinhardt Vendor Information Ordering Address Point of Contact Phone Number Fax Number E-Mail Address Quote Date Cage Code Web Address 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) and the addendum, applies to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." 9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition. Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) 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 shall be based on all or none and best value to the government. Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this combined synopsis/solicitation. Only new equipment will be accepted. Re-manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. 10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform. 11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JAN 2017), applies to this acquisition; additional FAR clauses cited in the clause are: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.211-17, Delivery of Excess Quantities (Sept 1989) FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.225-18 Place of Manufacture (Mar 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.233-1, Disputes (May 2014) FAR 52.243-1 Changes -- Fixed Price (Aug 1987) FAR 52.246-2 Inspection of Services -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for Supplies (Apr 1984) FAR 52.247-34, F.O.B. Destination (Nov 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) ( https://farsite.hill.af.mil ), ( http://farsite.hill.af.mil/VFDFARA.HTM ), ( http://farsite.hill.af.mil/vfaffara.htm ) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) ( https://farsite.hill.af.mil ), ( http://farsite.hill.af.mil/VFDFARA.HTM ), ( http://farsite.hill.af.mil/vfaffara.htm ) FAR 52.253-1 Computer Generated Forms (Jan 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.201-9101 Ombudsman (Jun 2016) ( Mrs. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil ) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 14. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 15. Offerors shall provide quotes no later than 1400 local time, 18 August 2017 to the 60 th Contracting Office at the address below or via email: SSgt Daniel Dodson 60th Contracting Squadron 350 Hanger Ave, Building 549 Travis Air Force Base, CA 94535-2632 Email: daniel.dodson.1@us.af.mil 16. If there are any questions on this combined synopsis/solicitation, please contact the individuals below : SSgt Anthony Jacobs Contract Specialist Phone 707-816-3891 Email anthony.jacobs.8@us.af.mil SSgt Daniel J. Dodson Contracting Officer Phone 707-424-7770 Email daniel.dodson.1@us.af.m Statement of Work (SOW) 1.Purpose: This SOW outlines the responsibilities and actions required for speaker installationinside and outside of Building 38 on Travis AFB. 2.Authority: NFPA 1221 3.General 3.1. Contractor shall provide all tools, labor, equipment and labor management. 3.2. Contractor shall install all customer supplied in ceiling speakers in 20 Dorm Rooms. 3.3. Contractor shall install customer supplied in ceiling speakers in 15 offices. 3.4. Contractor shall install customer supplied 4 horn speakers outside 3.5. Contractor shall supply and mount all required EMT piping for the 4 horn speakers. 3.6. Contractor shall make all EMT piping match existing façade. 3.7. Contractor shall supply all install supplies such as connectors and cable fasteners. 3.8. Contractor shall wire intercom speakers to the existing AMP and speakers will be wired in parallel. 4.Government Furnished Property and Services: 4.1. The Government shall supply all speakers and cables required for installation. 4.2. The Government shall provide no-cost utilities including electrical, gas, sewage, and water. 4.3. The Government shall provide security forces (police) and fire protection. Phone Numbers: Non-Emergency Fire Department: 424-3683. Non-Emergency Security Police: 424-2867. Emergencies (all): 424-4911. The Government shall provide security forces protection to the extent necessary to ensure safe and secure conditions for Contractor. Contractor shall adhere to the security directives, instructions and policies of Travis AFB. 4.4. The Government shall notify Contractor of any mission changes that may impact the amount of equipment and number of personnel that contractor must have to complete repair of top hat. 5.Terms 5.1. Repair work shall commence on that date that is agreed upon between Contractor and 60 CES/CEF. 6.2. Contractor shall prepare a final invoice of all services performed for payment by the Government. 6.Fees and Charges 6.1. The Government shall pay Contractor an agreed upon amount upon completion of repair work. 6.2. The Government acknowledges that services provided by Contractor are governed and regulated by federal, state, and local agencies. To the extent that any agency's requirements increase the scope of services rendered and expenses associated with the services, the Government will pay the increased expense. 7.Resource Conservation and Recovery Act (RCRA) Compliance 7.1. Nothing contained within this SOW shall be construed or interpreted as requiring Contractor to assume the status of an operator of a treatment, storage and disposal facility as those terms appear within RCRA or within any federal, state, or local statute governing the transportation, treatment, storage, or disposal of (1) hazardous waste, (2) hazardous substances, (3) petroleum products, or (4) real property. 7.2. Contractor shall assume responsibility for compliance with the provisions of RCRA and any federal, state, or local statute governing the transportation, storage, or disposal of hazardous waste, hazardous substances, petroleum products, or construction and demolition debris.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FA4427-17-Q-0119/listing.html)
 
Place of Performance
Address: Building 38, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN04617442-W 20170810/170808232047-c04fbbfa875484906e2d8b3774a2e580 (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.