SOLICITATION NOTICE
D -- Cable Television Service
- Notice Date
- 11/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KTAV0256A001
- Archive Date
- 12/8/2010
- Point of Contact
- Rafaela Kovacs, Phone: 5058467691, Julia E Johnson, Phone: 5058464904
- E-Mail Address
-
rafaela.kovacs@kirtland.af.mil, julia.johnson@kirtland.af.mil
(rafaela.kovacs@kirtland.af.mil, julia.johnson@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a 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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation/Purchase Request number F2KTAV0256A001 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-46 effective 29 Oct 2010. The Government intends to award ONE contract line item number for each year of service: CLIN 0001 for Cable Service (Lodging-582 outlets, Consolidated Suport-6 outlets, East Fitness/Bowling Center 73-outlets, and West Fitness Center 15-outlets) QUANTITY: 676 Outlets FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 10 Dec 2010 - 9 Dec 2011 CLIN 0002 - Installation (If applicable for Base Year of Contract Only) OPTION CLIN 1001 for Cable Service (Lodging-582 outlets, Consolidated Suport-6 outlets, East Fitness/Bowling Center 73-outlets, and West Fitness Center 15-outlets) QUANTITY: 676 Outlets FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 10 Dec 2011 - 9 Dec 2012 OPTION CLIN 2001 for Cable Service (Lodging-582 outlets, Consolidated Suport-6 outlets, East Fitness/Bowling Center 73-outlets, and West Fitness Center 15-outlets) QUANTITY: 676 Outlets FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 10 Dec 2012 - 9 Dec 2013 OPTION CLIN 3001 for Cable Service (Lodging-582 outlets, Consolidated Suport-6 outlets, East Fitness/Bowling Center 73-outlets, and West Fitness Center 15-outlets) QUANTITY: 676 Outlets FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 10 Dec 2013 - 9 Dec 2014 OPTION CLIN 4001 for Cable Service (Lodging-582 outlets, Consolidated Suport-6 outlets, East Fitness/Bowling Center 73-outlets, and West Fitness Center 15-outlets) QUANTITY: 676 Outlets FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 10 Dec 2014 - 9 Dec 2015 Proposals shall include proposed channel line-ups and must include local stations for the Albuquerque area. Proposals shall include any franchise or license agreement for review by the Government. All CLINs shall identify New Mexico Gross Receipts Tax and the tax rate used for consideration. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions; 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply: 52.203-6 Alt I, 52.204-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-15, 52.225-13, 52.232-33, 52.222-51, 52.222-53]; FAR 52.217-2, Cancellation Under Multiyear Contracts; FAR 52.217-5, Evaluations of Options; FAR 52.219-1 Alt I, Small Business Program Rerepresentations; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-99, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.229-3, Federal, State and Local Taxes; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.242-13 Bankruptcy; FAR 52.243-1 Alt I, Changes - Fixed Price; FAR 52.246-4, Inspection of Services - Fixed Price; FAR 52.246-23, Limitation of Liability; FAR 52.246-25, Limitation of Liability - Services; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52.249-8, Default (Fixed-Price Supply & Service); DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004 Alt A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.203-3, 252.203-7000, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023; DFAR 252.247-7024]; DFAR 252.223-7004, Drug Free Work Force; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.243-7002, Requests for Equitable Adjustment; AFFARS 5352.201-9101, Ombudsmen. 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 service offered to meet the Government requirement (ii) Past Performance (iii) Price (b) Options. 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 option(s). (c) 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. In accordance with the FAR 13.106-1(a)(2), Soliciting Competition, Offerors are notified that award will be made on the basis of best value. Proposals received in response to subject request for proposal (RFP) shall be evaluated for technical acceptability and best value. Technically acceptable offers must meet all minimum specifications but offers which exceed the minimums may be rated more favorably. However, the Government will not pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 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 60 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 30 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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) FIVE YEARS AND (6) SIX MONTHS. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (MAY 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and a copy of contract to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the contracting officer prior to submission of the final invoice for payment. (g) Failure to comply with these requirements may result in withholding of final payment. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire status of your payment. All proposals are due no later than Tuesday, 23 November 2010 at 12:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to rafaela.kovacs@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Rafaela Kovacs, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-8925 ATTN: Rafaela Kovacs. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KTAV0256A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02328272-W 20101118/101116234353-f288ce289bc6939b168385860293c2aa (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 |