SOLICITATION NOTICE
J -- Personal Alarm System Maintenance and Repair
- Notice Date
- 6/5/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
- ZIP Code
- 59402-6863
- Solicitation Number
- Reference-Number-SFG-PAS18
- Response Due
- 6/16/2006
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION PERSONAL ALARM SYSTEM MAINTENANCE AND REPAIR SERVICES (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. (ii) This solicitation is issued as a request for quote (RFQ) for implementation of a Blanket Purchase Agreement (BPA). Submit written quotes (oral quotes will not be accepted) on RFQ reference number SFG-PAS18. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (iv) This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 811213 with a size standard of $6.5 Million. (v) The purpose of this combined synopsis and solicitation is for the purchase of non-personal services for maintenance and repair of Personal Alarm System (PAS) provided by the 341st Security Forces Group at Malmstrom AFB, MT. (vi) DESCRIPTION OF WORK/ GENERAL INFORMATION 1. GENERAL. DoD 5210.41.M mandates Security Escort Teams and Maintenance Teams will use a Personal Alarm System (PAS) during Launch Facility Penetrated Site operations. The 341st Security Forces Group, Malmstrom Air Force Base, Montana, issues, receives, stores, and employs the PAS-18 units. Continued use creates wear and tear. Repairs for these items must be funded by the individual unit in accordance with Air Force Space Command direction. Therefore, repair and maintenance services for the PAS-18 units are required on a weekly basis. 1.1. SCOPE OF WORK. The Service Provider shall provide furnish all equipment and labor to repair the PAS units. The Service Provider is authorized to purchase spare parts for repairing the PAS-18 units and bill the requestor for this additional cost on the bill of each unit. If the repairs are not within the Service Provider?s expertise or authorization granted by the Manufacturer (Cimarron), the Service Provider shall contact the Requestor prior to any shipments or repairs for authorization. 1.1.1. CALLS. A call is defined as a request for services. The Government shall place calls only on items identified under paragraph 2 for services to be provided under this agreement. Authorized personnel will generally make calls against this agreement orally. Authorized personnel will be identified in writing by the Contracting Officer and provided to the contractor upon award. Calls placed by individuals other than those authorized shall not obligate the Government. 1.2. PERSONNEL. 1.2.1. POINT OF CONTACT. The Service Provider shall provide a point of contact that shall be responsible for the performance of the work. The point of contact shall have full authority to act for the Service Provider on all matters relating to the daily operation of this agreement. The Service Provider shall designate this individual, in writing, to the Contracting Officer (CO) before the agreement start date. An alternate may be designated, but the Service Provider shall identify those times when the alternate shall be the primary point of contact. The alternate must meet the same criteria as the primary point of contact as outlined in this PWS. 1.2.2. AVAILABILITY. The point of contact or alternate shall be available via telephone or e-mail Monday ? Friday, 7:30 am ? 4:30 pm, Mountain Standard Time (MST), excluding federal holidays. 1.2.3. CONFLICT OF INTEREST. The Service Provider shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Service Provider shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and Air Force policy. 2. GOVERNMENT FURNISHED PROPERTY. The 341st Security Forces shall provide the following equipment for repair. All equipment are manufactured by Cimarron. New Style PAS Transmitter: Model: PAS Model:TK360G Part: NR01-4672A Old style PAS Transmitter: Model: PAS Model: TK350G Part: NR01-4672 3. SERVICE PROVIDER FURNISHED ITEMS AND SERVICES. 3.1. GENERAL. Except for those items or services stated as furnished by the government, the Service Provider shall furnish labor, materials, and any other items required to perform this agreement in accordance with all of its terms. 3.2. PRICE LIST. A list establishing the prices for evaluation, quote and repair of the PAS equipment will be provided to the Contracting Officer by the Service Provider when price changes occur or at the request of the Contracting Officer. The Service Provider will provide a separate line for the price of shipping the PAS units or provide a local representative to pickup and deliver the equipment. Throughout the life of the agreement, price increases will not be honored unless the Contracting Officer has approved the increases on a newly submitted price list from the Service Provider. 5. INVOICES AND PAYMENT. The Service Provider shall submit invoices for services rendered. The invoice will be processed for payment once the services have been verified by the 341st SSPTS NCOIC or designee. Payment shall be made using the Government Purchase Card. (vii) The following clauses and provisions apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Oct 2003) 52.212-1 Instruction to Offerors ? Commercial Items (Jan 2006) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) 52.232.36 Payment by Third Party (May 1999) 252.204-7004 Alternate A(Nov 2003) to Central Contractor Registration (52.204-7) (Nov 2003) 252.237-7012 Instruction to Offerors (Count of Articles) (Dec 1991) 252.237-7014 Loss or Damage (Count of Articles) (Dec 1991) 252.237-7016 Delivery Tickets (Dec 1991) 252.237-7018 Special Definitions of Government Property (Dec 1991) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) (viii) The following provision applies to this solicitation and is included in full text: 52.252-3 ALTERATIONS IN SOLICITATION (APR 1984) Portions of this solicitation are altered as follows: None_____________________________________ ___________________________________________ ___________________________________________ (End of Provision) (ix) The following clauses apply to this solicitation and are included in full text: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (a) Definition. ?Small business concern,? as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) (x) Provide quotes for items listed in paragraph 2. Quotes will be evaluated on price, and ability to meet specifications. (xi) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xii) Quotes are required to be received no later than 12:00 noon MST, 16 June 2006. All quotes must be faxed to (406) 731-4005 to the attention of Berchan Torrejon or emailed to berchan.torrejon@malmstrom.af.mil. Please follow up with a phone call to ensure the fax is received. (xiii) Direct any questions to Berchan Torrejon at (406) 731-4608, e-mail address berchan.torrejon@malmstrom.af.mil; or TSgt James Wyatt at (406) 731-4554, e-mail address james.wyatt@malmstrom.af.mil.
- Place of Performance
- Address: Malmstrom AFB, MT
- Zip Code: 59402
- Country: USA
- Zip Code: 59402
- Record
- SN01062620-W 20060607/060605221435 (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 |