Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

W -- Activate, Input, Maintain Satellite Program Signal Only

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
532210 —
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd Box 50, Homestead ARS, FL, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-04-Q-0010
 
Response Due
3/23/2004
 
Archive Date
4/7/2004
 
Point of Contact
Raquel Blankenhorn, Contract Specialist, Phone (305) 224-7404, Fax (305) 224-7055, - Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055,
 
E-Mail Address
raquel.blankenhorn@homestead.af.mil, Gwendolyn.Rackley@Homestead.af.mil
 
Small Business Set-Aside
Total Small Business
 
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, proposals are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is FA6648-04-Q-0010. The 482 Contracting Office, Homestead Air Reserve Base, Dade County, Florida, requires services non-personal to activate, input and maintain satellite program signal ONLY to Government owned facilities and equipment to include maintenance of head end equipment and all internal/external lines associated with the operation of the system from 1 April 2004 through 30 September 2004 with two additional option years renewable after the basic period for a total of (2.5) years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. This acquisition will be issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 532210, the Standard Industrial Classification (SIC) is 7359 with a small business size of $5.0M. A Firm Fixed Price contract will be awarded. DESCRIPTION: The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all requirements to activate, input and maintain satellite program signal ONLY to Homestead Air Reserve Base (HARB), Florida as follows: SCHEDULE BASIC CONTRACT PERIOD: 1 APRIL 2004 THROUGH 30 SEPTEMBER 2004. UNIT EXTENDED ITEM NO. SUPPLIES/SERVICES QTY UNIT PRICE #MO. AMOUNT 0001 PROVIDE CABLE TV SATELLITE PROGRAM SIGNAL 0001AA BLDG 360 – 1 FLOOR 6 EA $ 6 $ 0001AB BLDG 475 - 3 FLOORS 76 EA $ 6 $ 0001AC BLDG 476 - 3 FLOORS 57 EA $ 6 $ 0001AD BLDG 477 - 3 FLOORS 77 EA $ 6 $ 0001AE BLDG 478 - 3 FLOORS 57 EA $ 6 $ 0001AF BLDG 354 - 1 FLOOR 1 EA $ 6 $ 0002 MAINTAIN EQUIPMENT, REPAIR, AND REPLACE PARTS (REFERENCE STATEMENT OF WORK PARA 2 AND 3.) IN SUPPORT OF LINE ITEM 0001 1 LO $ * SEE BELOW $ * SEE BELOW TOTAL ITEMS 0001AA THROUGH 0001AF (INCLUSIVE) $ *ACTUAL AMOUNTS TO BE DETERMINED AT THE TIME OF EACH OCCURRENCE. ROUTINE MAINTENANCE COVERED BY THIS STATEMENT OF WORK SHALL BE BILLED AT RATE OF $ PER HOUR. MAINTENANCE NOT COVERED AS DEFINED IN STATEMENT OF WORK, PARAGRAPH 2.1 SHALL BE BILLED AT STANDARD RATE OF $ PER HOUR. SCHEDULE OPTIONAL CONTRACT PERIOD ONE: 1 OCTOBER 2004 THROUGH 30 SEPTEMBER 2005. UNIT EXTENDED ITEM NO. SUPPLIES/SERVICES QTY UNIT PRICE #MO. AMOUNT 1001 PROVIDE CABLE TV SATELLITE PROGRAM SIGNAL 1001AA BLDG 360 – 1 FLOOR 6 EA $ 12 $ 1001AB BLDG 475 - 3 FLOORS 76 EA $ 12 $ 1001AC BLDG 476 - 3 FLOORS 57 EA $ 12 $ 1001AD BLDG 477 - 3 FLOORS 77 EA $ 12 $ 1001AE BLDG 478 - 3 FLOORS 57 EA $ 12 $ 1001AF BLDG 354 - 1 FLOOR 1 EA $ 12 $ 1002 MAINTAIN EQUIPMENT, REPAIR, AND REPLACE PARTS (REFERENCE STATEMENT OF WORK PARA 2 AND 3.) IN SUPPORT OF LINE ITEM 1001 1 LO $ * SEE BELOW $ * SEE BELOW TOTAL ITEMS 1001AA THROUGH 1001AF (INCLUSIVE) $ *ACTUAL AMOUNTS TO BE DETERMINED AT THE TIME OF EACH OCCURRANCE. ROUTINE MAINTENANCE COVERED BY THIS STATEMENT OF WORK SHALL BE BILLED AT RATE OF $ PER HOUR. MAINTENANCE NOT COVERED AS DEFINED IN STATEMENT OF WORK, PARAGRAPH 2.1 SHALL BE BILLED AT STANDARD RATE OF $ PER HOUR. SCHEDULE OPTIONAL CONTRACT PERIOD TWO: 1 OCTOBER 2005 THROUGH 30 SEPTEMBER 2006. UNIT EXTENDED ITEM NO. SUPPLIES/SERVICES QTY UNIT PRICE #MO. AMOUNT 2001 PROVIDE CABLE TV SATELLITE PROGRAM SIGNAL 2001AA BLDG 360 – 1 FLOOR 6 EA $ 12 $ 2001AB BLDG 475 - 3 FLOORS 76 EA $ 12 $ 2001AC BLDG 476 - 3 FLOORS 57 EA $ 12 $ 2001AD BLDG 477 - 3 FLOORS 77 EA $ 12 $ 2001AE BLDG 478 - 3 FLOORS 57 EA $ 12 $ 2001AF BLDG 354 - 1 FLOOR 1 EA $ 12 $ 2002 MAINTAIN EQUIPMENT, REPAIR, AND REPLACE PARTS (REFERENCE STATEMENT OF WORK PARA 2 AND 3.) IN SUPPORT OF LINE ITEM 2001 1 LO $ * SEE BELOW $ * SEE BELOW TOTAL ITEMS 2001AA THROUGH 2001AF (INCLUSIVE) $ *ACTUAL AMOUNTS TO BE DETERMINED AT THE TIME OF EACH OCCURRENCE. ROUTINE MAINTENANCE COVERED BY THIS STATEMENT OF WORK SHALL BE BILLED AT RATE OF $ PER HOUR. MAINTENANCE NOT COVERED AS DEFINED IN STATEMENT OF WORK, PARAGRAPH 2.1 SHALL BE BILLED AT STANDARD RATE OF $ PER HOUR. RECAPITULATION – (Grand Total of Basic Year and Two Options): _____________________. STATEMENT OF WORK: 1. SERVICES NONPERSONAL: THE CONTRACTOR SHALL PROVIDE ALL PARTS, LABOR, MATERIAL, EQUIPMENT, TOOLS, TRANSPORTATION, PERSONNEL AND SUPERVISION NECESSARY TO ACTIVATE, INPUT AND MAINTAIN SATELLITE PROGRAM SIGNAL ONLY TO GOVERNMENT OWNED FACILITIES AND EQUIPMENT TO INCLUDE MAINTENANCE OF HEAD END EQUIPMENT AND ALL INTERNAL/EXTERNAL LINES ASSOCIATED WITH THE OPERATION OF THE SYSTEM. a. FACILITIES: BLDG 360 - 1 FLOOR - TOTAL 6 UNITS, BLDG 475 - 3 FLOORS - TOTAL 76 UNITS, BLDG 476 - 3 FLOORS - TOTAL 57 UNITS, BLDG 477 - 3 FLOORS - TOTAL 77 UNITS, BLDG 478 - 3 FLOORS - TOTAL 57 UNITS, BLDG 354 – 1 FLOOR – TOTAL 1 UNIT; b. CHANNELS: HBO A&E ESPN WB TBS ABC NBC UNIVISION E! SCI-FI CBS PBS FOX UPN TNT USA CNN COURT TV ENCORE 2. MAINTENANCE: CONTRACTOR TO PROVIDE ROUTINE MAINTENANCE, INCLUDING REPLACEMENT PARTS NOT EXCEEDING $25.00 EACH WHOLESALE. THE CONTRACTING OFFICER, PRIOR TO CONTRACTOR ACTION, SHALL APPROVE MAJOR EQUIPMENT REPAIR/REPLACEMENT. 2.1. MAINTENANCE SHALL NOT COVER THEFT, TAMPERING, MISUSE, ACTS OF GOD AND OTHER REASONS OUTSIDE OF NORMAL OPERATION. WORK TO REPAIR SUCH DAMAGE WILL BE BILLED AT STANDARD RATE. 3. REPAIR/REPLACEMENT: 3.1. CONTRACTOR TO REPAIR/REPLACE GOVERNMENT OWNED EQUIPMENT AS DIRECTED BY THE CONTRACTING OFFICER OR THE DESIGNATED CONTRACTING OFFICER’S REPRESENTATIVE, INCLUDING ADDITION OF UNITS (OUTLETS) AND ALL PARTS AND EQUIPMENT TO ACCOMPLISH TASK. 3.2. ANY REPAIRS REQUIRED MUST BE APPROVED IN ADVANCE BY THE COMMUNICATION SQUADRON AND THE CONTRACTING OFFICER OR THE CONTRACTING OFFICER’S REPRESENTATIVE. THE CONTRACTOR MUST SUBMIT AN ITEMIZED COST BREAK DOWN FOR EACH REPAIR. 3.3. CONTRACTOR WILL RESPOND TO EMERGENCY CALLS WITHIN 24-HOURS OF NOTIFICATION. 4. WORK HOURS: ALL WORK MUST BE ACCOMPLISHED IN SUCH A MANNER AS TO CAUSE MINIMUM INCONVENIENCE TO THE USING AGENCY. ALL WORK SHALL BE ACCOMPLISHED DURING NORMAL DUTY HOURS 0730 TO 1600, MONDAY THROUGH FRIDAY, EXCLUDING WEEKENDS AND FEDERAL HOLIDAYS. CHANGES TO THESE HOURS MUST BE APPROVED 72 HOURS PRIOR TO THE CHANGE BY THE CONTRACTING OFFICER OR THE CONTRACTING OFFICER’S REPRESENTATIVE TO ENSURE A GOVERNMENT REPRESETATIVE IS AVAILABLE TO MONITOR THE WORK BEING ACCOMPLISHED. 4.2. THE SERVICES CONTRACTED FOR SHALL BE PERFORMED WITHIN 72 HOURS FOR REQUESTED ROUTINE SERVICES, AND 24 HOURS FOR EMERGENCY SERVICES. 5. LOCATION: THE WORK TO BE PERFORMED IS LOCATED AT HOMESTEAD AIR RESERVE BASE, HOMESTEAD, FLORIDA, LOCATED APPROXIMATELY 30-MILES SOUTHWEST OF MIAMI, FLORDIA. This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 24, dated 10/19/2003, and shall apply to all services over $2,500.00. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//farsite.hill.af.mill or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors – Commercial Items, FAR 52.212-4, Contract Terms and Conditions – Commercial Items, 52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of the Contract, 52.222-42, Statement of Equivalent Rates For Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year And Option), 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items (Dev.). A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated in full text: DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. The following Air Force FAR clause applies to this solicitation and is incorporated by reference: AFFARS 5352.242-9000, Contractor Access to AF Installation. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 23 March 2004, 4:00 P.M. local time. Signed and dated offers must be submitted to 482 CONF/LGC, Attn: Raquel Blankenhorn, 29050 Coral Sea Blvd., Homestead ARB, FL 33039-1299 on or before the response time. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/482LSSLGC/FA6648-04-Q-0010/listing.html)
 
Place of Performance
Address: 29050 Coral Sea Blvd, Box 50
Zip Code: 33039
Country: USA
 
Record
SN00540974-F 20040311/040309230817 (fbodaily.com)
 
Source
FedBizOpps.gov 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.