Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

R -- Discovery Resource Center Manager - Statement of Work

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
F3W3130183A001(2)
 
Archive Date
9/8/2010
 
Point of Contact
Thomas W. Kellermann, Phone: 4529524, Elisabeth Garza, Phone: 011-49-6565619232
 
E-Mail Address
thomas.kellermann@spangdahlem.af.mil, elizabeth.garza@spangdahlem.af.mil
(thomas.kellermann@spangdahlem.af.mil, elizabeth.garza@spangdahlem.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Description This is a combined synopsis/solicitation for commercial items (non-personal 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 solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). ****************************************************************************** Items are required in accordance with the below schedule. Submit written offers (oral offers will not be accepted) on F3W3130183A001(2), Discovery Resource Center Manager The following FAR Provisions and Clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offeror - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) 52.225-14 Inconsistency Between English Version and Translation of Contract 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 252.222-7002 Compliance With Local Labor Laws (Overseas) 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7001 Tax Exemptions (Germany) - Alt I 19% Mehrwertsteuer Germany 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims (Overseas) 252.233-7001 Choice of Law (Overseas) The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil ******************************************************************************************* CLIN 0001: F3W3130183A001(2), SPANGDAHLEM AB AIRMEN & FAMILY READINESS CENTER (A&FRC) DISCOVERY RESOURCE CENTER MANAGER. BASIC PERIOD OF PERFORMANCE: 1 SEPTEMBER 2010- 31 AUGUST 2011 QUANTITY: 2,080 HRS PRICE PER HOUR: CLIN 1001: F3W3130183A001(2), SPANGDAHLEM AB AFRC DISCOVERY RESOURCE CENTER MANAGER. FIRST OPTION PERIOD OF PERFORMANCE: 1 SEPTEMBER 2011-31 AUGUST 2012. QUANTITY: 2,080 HRS PRICE PER HOUR: CLIN 2001: F3W3130183A001(2), SPANGDAHLEM AB AFRC DISCOVERY RESOURCE CENTER MANAGER. SECOND OPTION PERIOD OF PERFORMANCE: 1 SEPTEMBER 2012-31 AUGUST 2013. QUANTITY: 2,080 HRS PRICE PER HOUR: CLIN 3001: F3W3130183A001(2), SPANGDAHLEM AB AFRC DISCOVERY RESOURCE CENTER MANAGER. SECOND OPTION PERIOD OF PERFORMANCE: 1 SEPTEMBER 2013-31 AUGUST 2014. QUANTITY: 2,080 HRS PRICE PER HOUR: ****************************************************************************** Contractor shall provide all labor, tools, parts, materials, and transportation required to perform duty as the Spangdahlem AB AFRC Discovery Resource Manager in accordance with the current Statement of Work (SOW). In accordance with FAR 52.212-2 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. A purchase order will be issued to the lowest priced technically acceptable offeror representing the best value to the Government. An evaluation of "Technically Acceptable" will be assigned when the minimum acceptable criteria are clearly met by the proposal and the offeror meets the performance and technical capability requirements defined in the SOW. Candidate resumes are required to be submitted with proposals. Interviews may be conducted to supplement the information contained in the resumes and proposals. The government also reserves the right to require the candidates to create and submit sample(s) of work concerning a particular topic related to the SOW requirements as determined by the customer. Proposal must be submitted on an all or none basis. The three option years must be able to be completed by the contractor. The evaluation process shall proceed as follows: --After determining that a complete and acceptable proposal has been received in accordance with the requirements documented in 52.212-1, offers shall initially be ranked according to price. An offerors proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each item to confirm the amount. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options(s). The price evaluation process will document the completeness and reasonableness of the proposed total evaluated price. --Next, the government technical team shall evaluate, on a pass/fail basis, the technical proposals submitted by the lowest priced offerors against the following evaluation factor: Resume: Resumes submitted will be evaluated to determine if the employee meets the requirements indicated in the SOW. If the offeror is the sole employee, only the offerors resume is required. If the offeror is a company proposing a staffing relationship, a resume for any/all employees intended to fill the position is required. By submission of an offer, the offeror accedes to these terms. Award will be made without discussions and contractors are encouraged to offer their most advantageous pricing with their response. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, each initial offer should contain the offerors best terms from both a price and a technical standpoint. Failure of an Offerors proposal to meet any given requirement may result in the entire proposal being found unacceptable and eliminated from further consideration. Once determinations are made regarding technical acceptability of proposals, award will be made to the lowest priced offeror who submitted a proposal rated technically acceptable. A written notice of award or acceptance of an offer will be 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 offerors 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. NOTE: Wide Area Workflow is the Department of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil NOTE: In accordance with FAR 52.212-1(k), prospective awardees shall be registered in the Central Contractor Registration (CCR) database. Offerors may obtain information on registration and annual confirmation requirements at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Foreign registrants must obtain a North Atlantic Treaty Organization CAGE (NCAGE) code in order to register in the CCR database. NCAGE codes may be obtained from the Codification Bureau in the foreign registrant's country. Additional information on obtaining NCAGE codes is available at http://www.dlis.dla.mil/Forms/Form_AC135.asp. Signed and dated quotes must be submitted to 52 CONS, Unit 3910 Gebaeude 128, 54529 Spangdahlem Air Base, ATTN: 2Lt Thomas Kellermann, not later than 12:00 pm local time on 24 August 2010. Quotes may also be faxed to the Attention of 2Lt Thomas Kellermann +49 (0) 656561-9106, or e-mailed to thomas.kellermann@spangdahlem.af.mil. Lt Kellermann can be reached by phone at 0656561-9524.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/F3W3130183A001(2)/listing.html)
 
Record
SN02246451-W 20100820/100819000639-0b9f4a72115242f8975880e0f77c8d7a (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.