SOLICITATION NOTICE
T -- Multimedia Services
- Notice Date
- 3/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- F2M3US5063A100
- Response Due
- 3/15/2005
- Archive Date
- 3/30/2005
- Point of Contact
- Pamla Wertz, Contract Specialist, Phone (210)671-1758, Fax (210)671-1199, - Cami Mercado, Contract Specialist, Phone (210) 671-1750, Fax (210) 671-1433,
- E-Mail Address
-
pamla.wertz@lackland.af.mil, cami.mercado@lackland.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice to provide Multimedia services in accordance with the attached Statement of Work (SOW) with a period of performance from 1 April 2005 through 30 September 2005. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) bidders must bid on an all or none basis. The solicitation number is F2M3US5063A100. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 and DFARS Change Notice 20050222. The North American Industry Classification System Code 541430, Standard Industrial Classification Code 7336 and size standard of $6,000,000 apply to this procurement. 2. A site visit has been scheduled for 09 March 05 starting promptly at 9:00 a.m. to 10:30 a.m. Central Standard Time (CST). Please convene at 37 Contracting Squadron (Bldg 5450), 1655 Selfridge Ave, Lackland AFB TX 78236 at 8:45 a.m. CST. All interested parties will need to send an e-mail to pamla.wertz@lackland.af.mil and michelle.bosarge@lackland.af.mil with the names of the individuals that will be attending the site visit prior to 7 March 05. All visitors are required to stop at the Visitors Center located at the Valley High entrance or the Luke Gate East on Military Drive. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, to obtain a vehicle pass. Questions relating to this solicitation and/or SOW must be submitted by close of business 9 March 05. 3. There are two contract line items. Offerors must provide a quote on CLIN 0001 only. CLIN 0002 is a not to exceed line item in the amount of $10,000 for repair of GFP and User Owned Equipment. CLIN 001: The contractor shall provide all personnel, equipment, tools, materials, transportation, supervision, and other items and services necessary to perform all Multimedia tasks and functions in accordance with the Statement of Work in support of Lackland AFB and Lackland Training Annex, Texas. CLIN 0002: Reimbursement of parts obtained by the contractor to perform equipment maintenance and repairs IAW the terms and conditions of this contract. Reimbursement of materials, parts and supplies in excess of $50.00 per item per repair order. Contractor shall bear the cost of all materials, parts and supplies up to $50.00 per item per repair order. Reimbursement shall be made only on completed repair orders. The contractor is responsible for the first $50.00 of each item costing over $50.00. For example, if an item cost is $60.00, the Government shall reimburse $10.00 to the contractor. For reimbursable items the contractor shall ensure a fair and reasonable price is obtained. All purchase documents shall be made available for contracting officer review and audit upon request. Invoices must include repair order, authorization and receipts for materials, parts and supplies. This CLIN is a not to exceed CLIN in the amount of $10,000. 4. The provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.219-1 Alternate 1, Small Business Program Representations ? Alternate 1, DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items, apply to this solicitation and the offeror must include a completed copy of these provisions with their quote. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this solicitation and is amended as follows: Paragraph (b) (10), Each offeror will be required to have three (3) references, of the most relevant (relevancy defined below) contracts performed within the last three years from the date of issuance of this posting, submit the attached past performance questionaire to the point of contact identified in paragraph 6 of this posting. Informal teaming arrangements will not be considered. Joint ventures/teaming arrangements must be formalized in writing and approved by the Small Business Administration. Offerors will be determined to be technically acceptable by submitting a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and SOW. Offerors that fail to furnish this statement, required representations and certifications or information, or reject the terms and conditions of the solicitation will be excluded from further consideration and deemed technically unacceptable The following relevancy definitions apply to this solicitation: Very Relevant: Past/present performance effort involved multimedia services support for an active duty Air Force Technical Training Wing or other service equivalent that included daily operation of still photo lab, computer based graphics work center, utilizing both Microsoft, and Macintosh operating systems, Video Teleconference (VTC) support, multimedia equipment maintenance, government furnished property management, and operation of Commanders Access Television Channel. Relevant: Past/present performance effort involved multimedia services support for any Air Force Wing or other service equivalent or civilian educational institution and included daily operation of still photo lab, computer based graphics work center, utilizing both Microsoft, and Macintosh operating systems, and Video Teleconference (VTC) support. Somewhat Relevant: Past/present performance effort involved multimedia services support for any military or civilian organization. Past/present performance must have included some from of multimedia services described in above relevancy definitions. Not Relevant: Past/present performance effort did not involve any multimedia services. 5. Basis for Award: (a) This is a competitive best value acquisition utilizing Performance Price Trade-off (PPT). For proposals determined technically acceptable (as defined in paragraph 4 of this posting), a trade-off between price and past performance will be conducted with past performance being significantly more important than price considerations. (b) An offeror will be determined technically acceptable in accordance with paragraph 4 of this posting. (c) Offerors shall propose on CLIN 0001. (d) Only firm fixed price quotes will be evaluated. A quote using a sliding price scale or subject to escalation based on any contingency will not be accepted. (e) The application of Performance/Price Trade-off procedures in the contract award selection and approval process is as follows: 1) All technically acceptable quotes will be ranked by evaluated price. Quotes determined to be unreasonable or not compatible with the scope of effort or either excessive or insufficient for the effort to be accomplished (see paragraph (h), will not be considered in the performance/price trade-off and will be ineligible for award. 2) Then, all technically acceptable quotes will receive a performance confidence assessment rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. The rating may be determined initially or as a result of discussions. The ratings are defined in paragraph 4 of this posting. 3) A trade-off process is then conducted. The lowest price may not necessarily receive the award; likewise, the highest past performance rating may not necessarily receive the award. A performance/price trade-off evaluation will not be conducted if only one acceptable offeror as discussed in paragraph 4 of this posting is received. In this event, award will be made to the only technically acceptable quote received. (f) Performance Confidence Assessment: The Government will conduct an assessment of performance confidence based on the offeror's recent and relevant performance. In assessing performance confidence, the evaluator will (1) seek present and past performance information through the use of questionnaires, and (2) use data independently obtained from other Government and commercial sources, if available. The purpose of the assessment is to identify and review relevant present and past performance and then make an overall confidence assessment of the offeror's ability to perform this effort. The assessment process will result in an overall confidence rating of exceptional/high confidence, very good/significant confidence, satisfactory/confidence, neutral/unknown confidence, marginal/little confidence, or unsatisfactory/no confidence. An offeror with no relevant past performance history may receive a rating of neutral. However, a higher than neutral rating may be achieved if a proposed subcontractor who will be performing a significant portion of the work has a successful performance history on relevant contracts. The confidence assessment represents the Government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Offerors will be given an opportunity to address adverse past performance information if the offeror has not had a previous opportunity to review the rating. Recent contracts will be examined to ensure that corrective measures have been implemented. The confidence risk assessment will consider the number and severity of the problems, the appropriateness and/or effectiveness of any corrective actions taken (not just planned or promised), and the offeror?s overall work record. Prompt corrective action in isolated instances may not outweigh overall negative trends. (g) Past performance evaluation will be conducted using one of the following procedures: (1) If discussions will not be conducted, past performance will be evaluated on the lowest reasonable priced technically acceptable quote. If that lowest priced offeror is judged to have exceptional performance risk rating, that quote represents the best value to the government and the evaluation process stops at this point. Award will be made to that offeror. If the lowest priced technically acceptable quote is not rated exceptional, then all quotes will be evaluated and rated for performance risk. In that event, the contracting officer will make an integrated assessment best value award decision. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror is judged to have a performance risk rating of ?very good? or lower. (2) If discussions will be conducted, all quotes will be evaluated and rated for performance risk. The contracting officer will then make an integrated assessment best value award decision. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror is judged to have a performance risk rating of ?very good? or lower. (h) Price: Each offeror's proposed price will be evaluated for reasonableness and realism. (1) Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the Government estimate and prior acquisitions, as appropriate. (2) Realism will be based on an evaluation of prices to determine if they are compatible with the scope of effort and are neither excessive nor insufficient for the effort to be accomplished. (i) The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 6. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. In particular, the following clauses are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act. Wage Determination number 1994-2521, Revision No. 247 dated 07/16/2004 will be incorporated in the resultant contract. FAR 52.222-42 is completed as follows; Computer Operator $19.77, Computer Systems Analyst $26.88, Illustrator I $17.73, Photographer I $15.86, Photographer II $ 17.73, Photographer III $21.98, Equipment Technician III $21.98, Equipment Technician IV $26.88, Photoptics Technician $21.98, Illustrator III $26.88 and Peripheral Equipment Operator $15.86. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The following clauses apply to this acquisition; FAR 52.203-3, Gratuities, FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government, FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractor?s Debarred, Suspended, or Proposed for Debarment, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, FAR 52.232-18 Availability of Funds, FAR 52.232-33 Payment by Electronic Funds Transfer ?Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.242-13 Bankruptcy, FAR 52.245-2 Government Property (Fixed Price Contract), FAR 52.247-34 F.O.B. Destination, FAR 52.253-1 Computer Generated Forms, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt. A Required Central Contractor Registration Alternate A, DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.242-7000 Postaward Conference, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.245-7001 Reports of Government Property, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea, FAR 52.217-8 Option to Extend Services - insert ?10 calendar days? in the blank, FAR 52.237-1 Site Visit, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, insert http://farsite.hill.af.mil in blank, FAR 52.252-2 Clauses Incorporated by Reference, insert http://farsite.hill.af.mil in blank, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses, AFARS 5352.242-9000 Contractor Access to Air Force Installations, AFARS 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. 7. Written quotes must be submitted to POC: Ms. Pamla Wertz at 37 CONS/LGCBC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to 210-671-1199, or E-mailed to pamla.wertz@lackland.af.mil and michelle.bosarge@lackland.af.mil. Written quotes are required to be received no later than 3:30 p.m. central standard time, 15 March 2005.
- Place of Performance
- Address: Department of the Air Force, Air Education and Training Command, Lackland AFB, 1655 Selfridge Avenue, Lackland AFB TX
- Zip Code: 78236-5253
- Country: USA
- Zip Code: 78236-5253
- Record
- SN00762928-W 20050306/050304212102 (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 |