MODIFICATION
35 -- Xerox Maint. Contract - Equipment Doc. - past performance questionnaire - Requirement Doc.
- Notice Date
- 8/14/2009
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- NIT049211AG02
- Archive Date
- 9/8/2009
- Point of Contact
- Nicholas I. Turner, Phone: 813-828-8165, Russell T Beasley, Phone: 813-828-4729
- E-Mail Address
-
Nicholas.Turner-02@MacDill.af.mil, russell.beasley-02@macdill.af.mil
(Nicholas.Turner-02@MacDill.af.mil, russell.beasley-02@macdill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirement Doc. past performance questionnaire Equipment Doc. Please see attached documents for the following: 1. Requirements Document 2. Equipment listing (Part/SS Numbers) 3. Past Performance Questionaire PERIOD OF PERFORMANCE: 01 Oct 09 to 30 Sep 10 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008, DFAR DCN 20080721 and AFFAR AFAC 2008-0605. The North American Industry Classification System code (NAICS) is 811212 Computer and Office Machine Repair and Maintenance. The Standard Industrial Classification (SIC) is 7699 Repair Shops and Related Services with a Small Business size standard of $25.0 Million. A firm fixed price contract will be awarded. All interested parties must bid on all items. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from 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: (i) technical capability of the item offered to meet the Government requirement:  (ii) price  Proposals shall be evaluated to determine price fair and reasonableness. (iii) past performance  Pass Performance questionnaire received on behalf of a customer shall be submitted to include name, phone number, and email address. The Government will need at least three (3) such documents. Technical and past performance, when combined, are approximately equal to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) PROVISIONS/CLAUSES : The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil,http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ). The following clauses apply to this RFQ: 52.217-9 Option to Extend Term of the Contract FAR 52.212-1, Instruction to Offerors-Commercial Items;FAR 52.222-6, Davis Bacon Act; FAR 52.212-4, Contract Terms and Conditions. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal);FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-41, Service Contract Act of 1965; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing Of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea.; AFFARS 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 or 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 Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/NIT049211AG02/listing.html)
- Place of Performance
- Address: MacDill, AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN01913028-W 20090816/090815003546-217746773872ab024eac44751c341103 (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 |