SOLICITATION NOTICE
78 -- Fitness Equipment
- Notice Date
- 9/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- FA3300-10-Q-FONR4
- Archive Date
- 10/9/2010
- Point of Contact
- Areea D Malone, Phone: 334-953-3538
- E-Mail Address
-
areea.malone@maxwell.af.mil
(areea.malone@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (reference number FA3300-10-Q-FONR4). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100908. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Price Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 334119; Size Standard: 1000 employees The Defense Priorities and Allocations System rating is C9E Solicitation is issued as Unrestricted. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITION: Maxwell Air Force Base has a requirement to purchase the items listed below. The Schedule of Supplies/Services provides all items and quantites required. This procurement will be awarded uner Simplified Acquisition Procedures as Full and Open Competition. The estimated delivery date is 30 days After Receipt of Order (ARO). FOB is destination: CLIN 0001: Fitness on Request Computer and Projection System. Includes: 2 Projectors and Mounts, 2 Electronic minimum display of 133 inch Projection Screens, and 2 Interactive Touch Screen Computer Kiosk with Fitness Class Content; Quantity: 02 each CLIN 0002: Installation of FOR; Quantity: 02 ea CLIN 0003: Three Year Content Package Program Updates Group Fitness - Through website able to manage entire live class program with virtual Program Director. Define the classes, instructors, schedule, equipment and class capacity and the Program Director does the rest. Users can access the live class schedule from the or online at home. They can reserve a "seat" in the class, view instructors, rate their experience and track their workout history. At the same time, receive simple reports including feedback from instructors, class attendance records and studio usage; Quantity: 02 ea CLIN 0004: Three Year Content Package Program Updates 24 Hour Classes - Access any type of group fitness class, 24 hours a day. The fully automated system deploys a lifelike instructor in High Definition video and studio grade audio; Quantity: 02 ea QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 through 0004), and terms and conditions." Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7035, Buy American Act Certificate with quotation. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror, by acceding to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 through 0004), and terms and conditions will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: Price, Technical Capability, and Factory Certified Source. All factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (Alt III) The following additional FAR and FAR Supplements provisions and clauses also apply: 252.211-7003, Item Identification and Valuation (AUG 2008) 5352.201-9101, OMBUDSMAN (AUG 2005) (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 of 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 debriefing, 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 ombudsmen, the incumbent is Business Operations Branch Chief, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900, (office), (210) 652-4652 (fax). Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, 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 inquires shall be directed to the Contracting Officer. (End of clause) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Contract Specialist: Contracting Officer: In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 12:00 PM (CT) Friday, 24 September 2010. Submit to: 42nd Contracting Squadron, Attn: Areea Malone, 50 Lemay Plaza South, Maxwell AFB, AL 36112 or by facsimile to: 334-953-3543 or by email to areea.malone@maxwell.af.mil. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: 42nd Contracting Squadron, Attn: Areea Malone, 50 Lemay Plaza South, Maxwell AFB, AL 36112 or by facsimile to: 334-953-3543 or by email to areea.malone@maxwell.af.mil.. All responses shall be received 24 September 2010, NLT 12:00 PM Central Time. All inquiries/responses to this notice must be received by 24 September 2010, 12:00 Central Time. Email is the preferred method. Points of Contact: Areea Malone, Contract Specialist, Phone (334) 953-3538, Fax (334) 953-3543.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/FA3300-10-Q-FONR4/listing.html)
- Record
- SN02287839-W 20100920/100918233624-866551b7a2cfae9ada63c0533621af51 (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 |