SOLICITATION NOTICE
J -- AMOC IC2 Maintenance - Attachment 1 - Single Source MFR - Attachment 2 - SCA Wage Determination
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
- ZIP Code
- 78843-5102
- Solicitation Number
- FA3099-12-P-AMOC_IC2_MX
- Point of Contact
- Derek W. Wilbur, Phone: 830-298-5280, Curtis D. Williams, Phone: 830-298-5992
- E-Mail Address
-
derek.wilbur@us.af.mil, curtis.williams.22@us.af.mil
(derek.wilbur@us.af.mil, curtis.williams.22@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 of 2 for Combined Synopsis/Solicitation FA3099-12-P-AMOC_IC2_MX Attachment 1 of 2 for Combined Synopsis/Solicitation FA3099-12-P-AMOC_IC2_MX 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 number FA3099-12-P-AMOC_IC2_MX is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. This is a single source requirement in accordance with (IAW) FAR 13.106-1(b)(1)(i) "Soliciting from a single source." For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. CLIN 0001: Provide 24x7 enhanced warranty and full maintenance coverage with 6 hour response time on systems failures of the five (5) each CENTRACOM Gold Elite Consoles and VESTA Meridian at Bldg 222. Period of performance is 15 September 2012 through 14 September 2013. QTY: 12 Months. This acquisition is a solicitation to a single source to a large business. This acquisition will not be set-aside for small businesses under the North American Industry Classification System code 811213 with a small business size standard of $10 Million dollars. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012 and the Defense Federal Acquisition (DFARS) Change Notice 20120420. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, (Jul 2010); FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment, (Dec 2010); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, (May 2012); FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), and any addenda to the provision as listed in this notice; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2011)(Alt 1) (Offeror must complete the representations and certifications and submit with offer). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (May 2011) (DEVIATION); FAR 52.219-28, Post-Award Small Business Program Representation, (Apr 2009); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-41, Service Contract Act of 1965, (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires, (May1989); FAR 52.222-50, Combating Trafficking in Persons,(Feb 2009); FAR 52.223-5, Pollution Prevention and Right-to-Know Information, (May 2011); FAR 52.223-10, Wasted Reduction Program, (Aug 2000); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010); FAR 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award, (Aug 1996); FAR 52-233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.237-1, Site Visit, (Apr 1984); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, (Apr 1984); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, (Jan 2009); DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, (Revised 7 December 2011); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011); DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials, (Apr 2012); DFARS 252.232-7003, Electronic Submission of Payment Requests (May 2008); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, (Nov 2010); DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea (May 2002); AFFARS 5352.223-9001, Health and Safety on Government Installations, (Jun 1997); AFFARS 5352.242-9000, Contractor Access to Air Force Installations, (Aug 2007); The following clauses are incorporated and amended as follows: FAR 52.212-2, Evaluation - Commercial Items is amended in paragraph (a) to add "technical capability of the item offered to meet the Government requirement, and price" (Jan 1999); FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 1 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 1 (Apr 1984); AFFARS 5352.201-9101, Ombudsman (Apr 2010) (Mr David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@randolph.af.mil.). Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. WIDE AREA WORKFLOW-RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Request, the contractor shall submit payment request using WAWF-RA. To register and submit invoice go to https://wawf.eb.mil. The contractor shall create and submit an "Invoice and Receiving Report (Combo)." When creating the invoice the contractor shall use the following Department of Defense Activity Address Codes (DODAAC). Contractor shall only fill-in fields with an "*". Field Fill-in INSPECTION DESTINATION ACCEPTANCE DESTINATION ISSUE BY DoDAAC FA3099 ADMIN DoDAAC FA3099 SHIP TO CODE/EXT F2R2A1 PAY DoDAAC F67100 If you have any questions, please contact the contracting officer identified in block 31b of the purchase order. AETC Smoking Policy: Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. In Accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate 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. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 1:30P.M., Central Standard Time on 20 July 2012. Please send quotes to A1C Derek Wilbur by fax at (830) 298-4178 or by e-mail to derek.wilbur@us.af.mil. If you have any questions please call (830) 298-5280 or send an e-mail to the above address. You may also contact the alternate POC, A1C Curtis Williams by phone (830) 298-5992 or e-mail at curtis.williams@us.af.mil. Two Attachments: 1. Single Source MFR (1 Page) 2. SCA Wage Determination (10 Pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/FA3099-12-P-AMOC_IC2_MX/listing.html)
- Place of Performance
- Address: 171 Alabama Ave, Laughlin AFB, Texas, 78843, United States
- Zip Code: 78843
- Zip Code: 78843
- Record
- SN02780748-W 20120622/120620235321-5c57dcb2716e6e56692e8f4e80eded19 (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 |