Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

X -- LAAFB Offsite parking spaces - ATTCH 1 Supplemental Document

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-09-T-0009
 
Point of Contact
Elizabeth Sciortino, Phone: 3106536120, Audrey Campbell, Phone: 310-653-5382
 
E-Mail Address
elizabeth.sciortino@losangeles.af.mil, audrey.campbell@losangeles.af.mil
(elizabeth.sciortino@losangeles.af.mil, audrey.campbell@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Parking Supplemental Document This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responses to this solicitation must make reference to solicitation number FA2816-09-T-0008. The North American Industry Code (NAIC) associated with this requirement is 812930, and the size standard is $6.5 Million. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-36. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. SCOPE OF WORK: Contractor shall provide 275 parking spaces for LAAFB employee vehicles having 24/7 access (365 days a year). Parking facility shall be located within 0.25-mile radius of LAAFB Douglas Street main entrance (200 N Douglas St, El Segundo, CA 90245). The parking area shall have entry and exit that can be accessed by authorized LAAFB personnel. The contractor shall furnish all labor, equipment material and any other items necessary to provide off-site parking spaces for LAAFB, El Segundo, California. The contractor shall have a procedure and markings in place to guarantee LAAFB parking space availability and to guarantee that only authorized LAAFB personnel are parking in the designated spaces. Handicapped spaces are not required. SEE ATTACHED SUPPLEMENTAL DOCUMENT FOR STATEMENT OF WORK DETAILS. This solicitation contains five contract line items as further defined in the attached supplemental document. The offeror shall provide pricing in accordance with the attached pricing schedule. SEE ATTACHED SUPPLEMENTAL DOCUMENT for the schedule. The government intends to award one firm-fixed price contract with a 12 month base period with four additional one year option periods. The Government reserves the right to renegotiate the quantity of parking spaces prior to exercising the option CLINs. The provisions at FAR 52.212-1, "Instructions to Offerors-Commercial Items (Jun 2008)" applies to this acquisition and an addenda is not attached. Award will be based on lowest price technically acceptable. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and a completed copy of the provision should be provided with the offer and register at the on-line representations and certifications application (ORCA) located at http://orca.bpn.gov. The clause at FAR 52.212-4, "Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. FAR 52.212.5, "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 2009)", including the following sub-clauses: 52.203-6, 52.222-3, 52.222-21, 52-222-26, 52.222-35, and 52.232-33 applies to this acquisition. DFARS 252.204-7004, "Required Central Contractor Registration" and DFARS 252.212-7000, "Offeror Reps & Certs- Commercial items" applies to this acquisition. DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009)", including the following sub-clauses: 52.203-3, 252.225-7001, and 252.232-7003 applies to this acquisition. The following provisions and clauses are also included in this solicitation: 52.217-5, "Evaluation of Options (Jul 1990)"; 52.217-8, "Option to Extend Services (Nov 1999)": The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days; 52.217-9, "Option to Extend the Term of the Contract (Mar 2000)": (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; VENDORS NOTICE: Reference DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. All vendors are required to submit electronic invoices through the Wide Area Workflow - Receiving and Acceptance website. Contact Dennis Hass at (310) 653-6119, 61st CONS/LGC for additional information. Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist new WAWF users. Completion of all instructions contained in this checklist must be accomplished prior to activation of the WAWF contractor and user accounts. 1. Check Central Contractor Registration System (CCR) to see if your company is registered. • If you are registered in CCR, please go to Step 3 below. • For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-5757, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.asp 2. Register with Central Contractor Registry (CCR). • All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. • Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). • Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3. Establish an Electronic Business Point of Contact (EB POC). • The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. • To see if an EB POC is listed for your company, go to http://www.ccr.gov/ and click on "Search CCR." Where prompted, enter the DUNS or CAGE or Company Name and click "Submit Query." If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. • Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on "Update or Renew Registrations Using TPIN" to add it. • Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. • The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. • Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a WAWF Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). • In medium to large sized companies, there may be a need to establish more than one GAM. • A GAM determines who has access to the WAWF-RA vendor account. • The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. • The appointment letter should be faxed to the WAWF-RA Customer Support Center. • The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. • The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address • All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. • The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. • Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. • Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA • Set up the PCs of your organization's users to access WAWF-RA. • Select the "Setting Up Your Machine" link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site https://wawf.eb.mil/ • Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. • Select the "Self Register" link on the WAWF-RA home page and follow the instructions. • Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. • PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide theinstructions needed to acquire a PKI Certificate. • If further assistance is needed, contact the WAWF-RA Customer Service Center. • Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). • If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988, Option 2 COMMERCIAL 1-801-605-7095, Option 2 DSN 388-7095 Option 2 FAX Commercial: 801-605-7453 DSN: 388-7453 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252.232.7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Dayton/Omaha at (800) 330-8168 or faxed to (866) 244-2894. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at https://myinvoice.csd.disa.mil//index.html. Any problems, contact DFAS Customer Service at 1-800-756-4571, Option 5. To be eligible to receive an award resulting from this quotation the contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov/. A DUNS (Dun and Bradstreet) number is required in order to register. Verification of CCR registration and Tax ID number must accompany your proposal. Proposals are required to be submitted electronically via email to elizabeth.sciortino@losangeles.af.mil on or before 2:00 p.m pacific time, 18 September 2009 in response to this solicitation. Only written questions will be accepted. Written questions are required to be submitted electronically via email to elizabeth.sciortino@losangeles.af.mil on or before close of business pacific time, 14 September 2009. Attachments: Attachment 1 - Parking supplemental document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-09-T-0009/listing.html)
 
Place of Performance
Address: 200 N Douglas St, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01933863-W 20090902/090901000904-015b5efc73b0bc92a43eac6d89222f2a (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.