Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

J -- Command and Control Console System, Fire Dept/Security Forces

Notice Date
6/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3AQ8119AC01
 
Response Due
6/19/2008
 
Archive Date
7/4/2008
 
Point of Contact
Myrtle O Byrd,, Phone: 210-652-5111, Kerry E Kelly,, Phone: 210-652-5117
 
E-Mail Address
myrtle.byrd@randolph.af.mil, kerry.kelly@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
Description The 12th Contracting Squadron, Randolph AFB TX, has a requirement for Integreated Command and Control (IC2) Console System Equipment and Infrastructure Components Annual Maintenance Renewal for 12CS/SCOAL. 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. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-25. The North American Industry Classification System Code (NAICS) is 811212; size standard $23.0 M. NATURE OF ACQUISITION: The Government requires continued maintenance coverage on the Centracom System Equipment and Software used to route Emergency 9-1-1 telephone calls, administrative telephone calls, voice radio calls via specialized network equipment with the Base Fire Department Alarm Center and Security Forces Law Enforcement Desk for a performance period of 12 months from date of contract award. CONTRACT TERMS AND CONDITIONS: The following provisions apply: FAR 52.212-3Offeror Representations and Certifications—Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.212-1Instructions to Offerors – Commercial Items 52.212-4Contract Terms and Conditions -- Commercial Items. 52.212-4Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (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 $550,000 ($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 (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(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, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 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) 52.219-28 Post Award Small Business Program Representation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 52.222-37Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13Restrictions on Certain Foreign Purchases. 52.232-33Payment by Electronic Funds Transfer--Central Contractor Registration. 52.252-2Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil. 252.212-7000 -- Offeror Representations and Certifications - Commercial Items -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. If the Offeror represents that it will not use Ocean transportation, the resulting contract will also include Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 52.203-3Gratuities. 252.225-7031Secondary Arab Boycott Israel 252.232-7010Levis on contract Payment 252.232-7003Electronic Submission of Payment Requests 252.243-7001Pricing Contract Modifications END OF CLAUSES MARKED FOR 252.212-7001 5352.201-9101 -- Ombudsman -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer or contracting officer that they’re ready to start using WAWF. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepare the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14 Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15 Pay DODAAC: See Block 18a SF 33Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 NOTE: "Wherever the word 'TO may appear within the "DELIVERY SCHEDULE" and/or "PERIOD OF PERFORMANCE" schedule, it is intended to mean "THROUGH". Example: If delivery schedule/performance period is stated as being "01 Oct xx "* TO*" 30 Sep xx, it means "01 Oct xx "*THROUGH*" 30 Sep xx ". NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d) 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at <http://www.section508.gov/> DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to myrtle.byrd@randolph.af.mil not later than 12:00 p.m. Central Standard Time, 11 Jun 08, to the attention of Ms. Myrtle L. Byrd, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, E-Mail is the preferred method. Point of Contact: Myrtle L. Byrd, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759; Contracting Officer, Linda M. Johnson, 12CONS/LGCB, 210-652-5111, linda.johnson1@randolph.af.mil. JUSTIFICATION: The 12th Contracting Squadron at Randolph AFB intends to award a contract on a Limited Source Basis to provide Maintenance for Centracom Integrated Command and Control (IC2) Console System. The Randolph AFB Personal Wireless Communications Systems (PWCS) Office requires continued maintenance warranty coverage on Centracom System Equipment and Software used to route emergency 9-1-1 telephone calls, administrative telephone calls, voice radio calls via specialized network equipment. Purchase of the maintenance is required to maintain telephone and radio call distribution, routing and service. This system allows the base populace to report emergency situations and conduct administrative telephone calls with the Base Fire Department Alarm Center and Security Forces Law Enforcement Desk. Motorola/PlantCML meets the need to be available within four (4) hours in the event on-site technical support is required. The system was purchased approximately 2 years ago from Motorola, Inc., Federal Markets Division in partnership with PlantCML, who originally manufactured this system. Maintenance of proprietary equipment by another vendor of the current system is cost prohibitive and is not in the best interest of the Government. As the prime manufacturer, Motorola, Inc holds proprietary data rights to the equipment and software and has no authorized distributors or service providers to provide depot maintenance. Any warranty and/or maintenance performed on existing Motorola equipment must be performed by Motorola trained and certified personnel due to proprietary intellectual properties, proprietary data and copyrights to equipment held by Motorola. Therefore, Motorola is deemed to be the only source that can satisfy agency requirements. Schedule of Supplies/Services The Contractor shall provide all labor, supervision, transportation, supplies, equipment, and other items necessary to perform maintenance for the following time period: Performance Period: 12 Months from date of Contract Award Extended ITEM Quantity UnitUnit PriceAmount 0001 Maintenance support for Motorola 12 MO$$ Centracom integrated command & control (ic2) console system equipment and software for Randolph AFB Fire Department and Security Forces Command and control system.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4de652bda9f7e28504531a31c0d5dbc0&tab=core&_cview=1)
 
Place of Performance
Address: C Street EAst, Bldg 379, Randolph AFB, Texas, 78148, United States
Zip Code: 78148
 
Record
SN01592163-W 20080614/080612215918-4de652bda9f7e28504531a31c0d5dbc0 (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.