SOLICITATION NOTICE
54 -- Bldg 2657 Inside Plant Expansion - PWS
- Notice Date
- 9/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- 0010066861
- Archive Date
- 9/29/2011
- Point of Contact
- Robyn A Villafranco, Phone: 210-221-3827, Yvonne Y. Camarce, Phone: 210-808-6151
- E-Mail Address
-
robyn.a.villafranco.civ@mail.mil, yvonne.y.camarce.civ@mail.mil
(robyn.a.villafranco.civ@mail.mil, yvonne.y.camarce.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PWS for Bldg 2657 inside plant expansion COMBINED SYNOPSIS / SOLICITATION 0010066861 The 502d Contracting Squadron, Fort Sam Houston, TX has a requirement for inside plant infrastructure and network equipment services in support of AMEDD C&S Tactical Combat Medical Care. The inside plant includes all cabling done inside the building. This expansion project has a sixty day period of performance from contract award date. The NAICS code being used in this requirement is 541512 Computer Systems Design Services and the small business size standard is $25M. The quotes are to be Firm Fixed Price (FFP). This requirement is restricted to SDVOSB (Service Disabled Veteran Owned Small Business). This award will be made in accordance with FAR Part 12. This is a combined synopsis/solicitation for inside plant network expansion project services prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number 0010066861 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-42 and DFARS change notice 20100623. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are applicable to the resulting contract: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification; 252-247-7023 Alt III Transportation of Supplies by Sea; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. ADDENDA TO FAR 52.212-4(c) Contract Modifications - Unilateral modifications will be used to 1) Make administrative contract changes, 2) Issue change orders, 3) Make changes authorized by clauses other than a changes clause, and 4) Issue termination notices. INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS NOTICE OF SITE VISIT: A site visit has been scheduled for 9 September 2011 at 09:30 hours CST. Meeting place is Building 2657 on Fort Sam Houston. The physical address is 2891 Schofield Road on FSH, slightly behind the Harlequin Dinner Theatre (Harney Road) and Veterinary Clinic (Schofield Road). Visitors should use the commercial entrance off IH-35 South, Exit AT&T Parkway, and enter through the JADWIN gate. Failure to attend the site visit will not disqualify an Offeror. However, the Offeror acts at his/her own risk and will not be relieved from complying with the terms and conditions of any resultant contract by reason of such failure. In no event will a failure to attend the site visit constitute grounds for extending the solicitation closing date and time or a claim after award of the contract. Attendees should allow sufficient time to obtain entrance to the Post. Delays encountered at the gate entrance will not delay the site visit start time. 1. PROPOSAL INSTRUCTIONS AND INFORMATION (a) Proposal - Submit no later than 12:00 pm Local Time (CST), on 14 September 2011. Submit by email to: robyn.a.villafranco.civ@mail.mil. Late packages will not be considered. The Proposal must include: (1) A written quote to include tax identification number, cage code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. Basis for Award 1. The government will award a contract to the responsible offeror whose offer presents the best price. Bid Schedule 0001 Bldg 2657 Inside Plant Network Expansion Project 1 lot ________________ Overall Total: ___________________ PWS attached. RFP Points of Contact Robyn Villafranco, Contract Specialist, Tel: 210-221-3827, Fax: 210-808-6143, robyn.a.villafranco.civ@mail.mil Yvonne Y. Camarce, Contracting Officer, Tel: 210-808-6151, Fax: 210-808-6143, yvonne.y.camarce.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d065d83aca95c4416b60051479ce3ac5)
- Place of Performance
- Address: Bldg 2657, 2891 Schofield Road, Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02565020-W 20110909/110907235120-d065d83aca95c4416b60051479ce3ac5 (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 |