Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

R -- Tech support & Facility Monitor Services - FA466112T0017

Notice Date
3/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA466112T0017
 
Archive Date
3/30/2012
 
Point of Contact
Daniel H. Irungu, Phone: 3256966043
 
E-Mail Address
daniel.irungu@dyess.af.mil
(daniel.irungu@dyess.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q & A form Tech Support and Facility Monitor Services This is a combined synopsis and solicitation for the following commercial items/services: CLIN 0001: Ed Center Technical Support and Facility Monitor Services IAW attached PWS FY12 (01 April 2012-30 September 2012) CLIN 1001: Option Year One (01 October 2012-30 September 2013) CLIN 2001: Option Year Two (01 October 2013-30 September 2014) This synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA466112T0017. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) IAW FAR 52.204-7. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 611710, Size Standard $7.0M, applies to this procurement. The provisions that apply to this solicitation are as follows: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certificates FAR 52.214-31, Facsimile Bids FAR 52.252-1, Solicitation Provisions Incorporated by Reference The clauses that apply to this solicitation are as follows: 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 (the following clauses are cited) - FAR 52.203-6, Restrictions on Subcontractor Sales to the Government - FAR 52.204-7 -- Central Contractor Registration - FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - FAR 52.217-8, Option to Extend Services - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.219-6, Notice of Total Small Business Set-Aside - FAR 52.219-28, Post Award Small Business Program Representation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor - FAR 52.222-21, Prohibition of Segregated Facilities - FAR 52.222-26, Equal Opportunity - FAR 52.222-36, Affirmative Action for Workers with Disabilities - FAR 52.222-41 -- Service Contract Act of 1965. - FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. - FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer - FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2, Clauses Incorporated by Reference FAR 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 cited) - DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFAR 252.225-7001, Buy American Act and Balance of Payments Program - DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations All questions pertaining to this requirement should be written and submitted on the attached questions form via email at daniel.irungu@dyess.af.mil or Fax 325-696-4078. Questions are required to be received no later than 02:00 p.m. (CST), Thursday 08 March 2012. All quotes must be faxed to 325-696-4078 Attn: A1C Irungu or via email to daniel.irungu@dyess.af.mil. Quotes are required to be received no later than 02:00 PM CST, Thursday, 15 March 2012. For any other questions call 325-696-6043.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA466112T0017/listing.html)
 
Place of Performance
Address: Dyess AFB, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02687727-W 20120304/120302234447-266885928282f4e9d88540addfee7826 (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.