Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

D -- 2 SOPS AUDIO-VISUAL PURCHASE AND INSTALL

Notice Date
July 9, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
ZIP Code
80912-3049
Solicitation Number
FA2550-01-Q-0534
Response Due
July 23, 2001
Point of Contact
Kristin Heikkila, Contracting Officer, Phone (719) 567-3852, Fax (719) 567-3852, Email kristin.heikkila@SCHRIEVER.af.mil -- Janet Stinson, Contracing Specialist, Phone (719)567-3802, Fax (719)567-3809, Email janet.stinson@schriever.af.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is FA2550-01-Q-0534 and is issued as a Request for Quotes (RFQ). (iii) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and Defense Acquisition Circular 2000627. (iv) This requirement 100% set aside for small business. The NAICS/Standard Industrial Classification is 334119 and the Business Size Standard is 1000 employees. (v) Required line items quantities and units of measure are listed in the attached Statement of Objectives. (vi) NONPERSONAL SERVICE/SUPPLY: Contractor shall provide all necessary equipment, materials, supplies, labor, tools and transportation necessary to provide a technical solution/proposal, and based on that technical solution/proposal provide complete delivery and installation of an Audio-Visual (AV) system for Bldg. 400, room 1, Mod 15, at Schreiver AFB, CO in accordance with the attached Statement of Objectives (SOO) (see attached file titled SOO 6 Jul 01) and 50th Space Wing Instruction 33-105, Schriever AFB Facility Installation Standards (see attached file titled AFI 33-105. (vii) This service/supply is required to be completely delivered and installed with all terms FOB destination at Schriever AFB, CO 80912, no later than 15 Dec 01. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies, with the following addenda: (1_ A technical proposal shall be submitted for evaluation addressing all information required in accordance with the SOO, paragraph 10. (2) The offeror shall submit recent past performance information (projects performed within the past three years ? July 1999 through June 2001) on three previous relevant (of similar scope, magnitude and dollar value) audio-visual projects. Past Performance reference information shall be provided on each project as follows: Agency name and location, person in charge, contract number, dollar value, date performance was completed, and a description of the project scope. The Government reserves the right to contact these agencies to determine a past performance rating. (3) The shall submit a cost quotations to include overall price of the project with a cost breakdown of all labor, engineering, programming, materials, equipment, transportation, delivery, overhead and profit needed to provide an acceptable working audio-visual system. (4) A site visit is scheduled for 13 Jul 01, 2:00 PM local time at Building 400, Mod 15, Room 1, Schriever AFB, CO. Interested attendees must notify the 50th Contracting Squadron, Janet Stinson, 719-567-6382, no later than 11 Jul 01. Attendance is highly encouraged to view the area existing conditions, equipment and materials on site. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies with the following evaluation factors having equal value in evaluation for award: Offers shall be evaluated in accordance with FAR 15.305 and the following criteria: (1) Technical (capability of technical solution offered to meet Government?s need) will be evaluated on a pass or fail basis; (2) Past Performance will be evaluated in accordance with FAR 15.305(a)(2)(iii). The following ratings will be assigned to each offer?s past performance: (A) Exceptional/High Confidence -- Based on the offeror?s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. (B) Very Good/Significant Confidence -- Based on the offeror?s performance record, little doubt exists that the offeror will successfully perform the required effort. (C) Satisfactory/Confidence -- Based on the offeror?s performance record, some doubt exists that the offeror will successfully perform the required effort. (D) Neutral/Unknown Confidence -- No performance record identifiable (reference FAR 15.305(a)(2)(iii) and (iv)). (E) Marginal/Little Confidence -- Based on the offeror?s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror?s existing processes may be necessary in order to achieve contract requirements. (F) Unsatisfactory/No Confidence -- Based on the offeror?s performance record, extreme doubt exists that the offeror will successfully perform the required effort. In assessing performance risk, the Contracting Officer will conduct telephone interview with the references provided by the offeror and review any other data independently obtained from other Government and commercial sources. (3) PRICE ? evaluation of price shall be based on the lowest competitive, accurate, fair and reasonablene offer. (4) The Government reserves the right to award a contract to other than the lowest evaluated price who conforms to the requirements of the solicitation, with an acceptable technical proposal and a better performance risk rating. In these cases, price, technical and performance risks are treated as equal areas and may be traded off, one against the other. The contracting officer shall make an assessment of the price proposed, technical capability and the performance risk rating assigned to determine the best value for the Government. (x) Offerors must include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification ? Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items applies. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive ? Commercial Items, and DFARS 252-212-7001. Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this solicitation. Specifically the following clauses, cited are applicable to this solicitation: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 252.225-7001 Buy American Act and Balance of Payment Programs (xiii) N/A (xiv-xv) N/A (xvi) Offers/Quotes are due no later than 3:00p.m. Mountain Standard Time, on Friday 23 July 2001, at 50th CONS/LGCB, Attention: Janet Stinson, 300 O?Malley Blvd, Ste 49, Schriever AFB, CO 80912-3049. Email and facsimile responses are acceptable. (xvii) For more information please call Janet Stinson (719) 567-3802, or Kristi Heikkila (719) 567-3852/ FAX (719)-567-3809.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/50CS/FA2550-01-Q-0534/listing.html)
Record
Loren Data Corp. 20010711/DSOL002.HTM (D-188 SN50R182)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com