Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
DOCUMENT

63 -- Perimeter Surveillance Radar System Upgrade/Installation - RFQ - Statement of Work

Notice Date
7/2/2008
 
Notice Type
Statement of Work
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3F18143A001
 
Archive Date
7/31/2008
 
Point of Contact
Daniel Jackson, Phone: 843-963-5163, Jacqueline Brown,, Phone: (843) 963-5166
 
E-Mail Address
daniel.jackson-02@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3F18143A001 and is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-26 effective 12 June 2008. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334511 with an 750 Employee size standard. (v) Contractors shall submit a proposal for the Upgrade and Installation of Perimeter Surveillance Radar System units. Quantity: 2. Unit of Issue: Each. See Attached RFQ. All responsible offerors are highly encouraged to attend the site visit on 10 July 2008. If you plan to attend and do not have access to the base, please contact A1C Daniel Jackson,Contract Specialist, at (843) 963-5163, fax (843) 963-5183, email Daniel.Jackson-02@charleston.af.mil. All contractors shall meet on the second floor of bldg 503, Charleston AFB. (Note: site visit is not mandatory but recommended). All responsible sources may submit a proposal, which shall be considered. These items are currently funded. *Please include: an option for the Upgrade and Installation of a third unit, and an option for the upgrade of a fourth unit. THESE OPTIONS ARE NOT CURRENTLY FUNDED AND ONE OR BOTH MAY BE FUNDED IN THE FUTURE. (vi) Delivery of this acquisition is FOB Destination. See attached statement of work. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. 3. Past Performance- Offerors shall provide 3-5 references of your most recent projects. Technical, price, and past performance factors, when combined, are equal. *If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition-Commercial Items; (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; (mandatory clauses; FAR 52.222-21 -Prohibition Of Segregated Facilities; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev.6) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Note: for use when SCA applies. Insert Federal Wage description and wage rate) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5 Insurance-Work on a Government Installation, • 52.236-2, Differing Site Conditions • FAR 52.253-1 -Computer Generated Forms • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations (when performance on CAFB is required) • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on CAFB is required) (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 JUL 2008 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3F18143A001 (xiv) Address questions to A1C Daniel Jackson,Contract Specialist, at (843) 963-5163, fax (843) 963-5183, email Daniel.Jackson-02@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email Jacqueline.Brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eacbc82bfe222ab72d68bfaf69bfdd96&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: RFQ 1 (RFQ page 1.doc)
Link: https://www.fbo.gov//utils/view?id=ec94034dce96350cd3ba65f0aa6e3e58
Bytes: 33.00 Kb
 
File Name: RFQ 2 (RFQ page 2.doc)
Link: https://www.fbo.gov//utils/view?id=97fb8cd7aba7fb73e875d7cf44694477
Bytes: 33.00 Kb
 
File Name: SOW (PSRS SOW - FINAL.doc)
Link: https://www.fbo.gov//utils/view?id=b0a25f1176c0eb82cef0ef2551a6de62
Bytes: 58.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charleston Air Force Base, SC 29404, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01606030-W 20080704/080702220728-eacbc82bfe222ab72d68bfaf69bfdd96 (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.