SOLICITATION NOTICE
N -- Television Service with Protection Plan
- Notice Date
- 6/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
- ZIP Code
- 14304-5001
- Solicitation Number
- FA6670-09-Q-0013
- Archive Date
- 7/9/2009
- Point of Contact
- ROBERT L KUCH, Phone: 716-236-2177, LORRAINE L MCMULLEN, Phone: 716-236-2216
- E-Mail Address
-
robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil
(robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTE FA6670-09-Q-0013 914th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 Fire Station, Bldg 821 Television Service with Protection Plan 04 June 2009 Revised THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services 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 publication. A written solicitation will not be issued. Solicitation number FA6670-09-Q-0013 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is set-aside 100% small business. The North American Industrial Classification System (NAICS) code for this commercial service or Equal requirement is 517410, and the small business size standard is $12.5 million. This request is in support of the Base Fire Department at the 914th Airlift Wing, Niagara Falls, NY 14304. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA! ) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.farsite.hill.af.mil. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 1 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price technically acceptable. The closing date for this solicitation is 1600 hours on 24 June 2009 (EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to robert.kuch@niagarafalls.af..mil or by fax to (716) 236-2357. Government's intent is to award a single contract between the Government and the Contractor, to the lowest responsive, responsible offer, for a period of five (5) years. Objective: Contractor to provide Television Signal Service with a Protection Plan to the 914th Airlift Wing, Base Fire Station, Building 821, starting September 01, 2009. Statement of Need: 1. Services NONPERSONAL: Contractor to provide all plant, labor, material, parts, equipment and transportation necessary to provide the following : a. Contractor's proposal package will include a viewing package of sports package, a minimum of one (1) movie channel package, a news channel package, plus local channels for the 14304 mailing zip code, which will have service provided for two (2) televisions (Government Furnished) in rooms 169 and 170. b. In addition, Contractor's proposal will include a basic package to include one (1) premium channel, news channel package plus local channels for the 14304 mailing zip code, which will have service provided to the remaining television drops in the facility, approximately forty (40) individual television drops. c. Contractor's proposal to include a 24/7 Protection Plan: Covering the cost associated with replacing defective equipment, including remotes and receivers. Coverage of wiring, satellite antenna, connections / switches and more. Power surge-related repairs.  Dish antenna realignments.  24-hour technical support  On base service calls, 24 hours a day - 7 days per week. Government Furnished:  Satellite tower.  Cabling is provided to all of the rooms ( as individual drops). approximately 42 each. All cabling starts at the Communications Control Room. 2. Contractor to provide a monthly charge for the above commercial service and descriptive literature on what hardware & television packages will be provided. Total Charge for Monthly service to include as described in paragraph 1 c. ( 24/7 Protection Plan). ____________________________________________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-09-Q-0013/listing.html)
- Place of Performance
- Address: 914th Airlift Wing, Base Fire Department, Bldg 821, 1 Fire Lane, Niagara Falls, New York, 14304, United States
- Zip Code: 14304
- Zip Code: 14304
- Record
- SN01839994-W 20090611/090609235511-eb4b81a609a6c15faf83c925b134290f (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 |