Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

D -- Specialized IT Services for 53rd Wg at Eglin AFB - Solicitation Package

Notice Date
8/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
F1T0EJ2096A001
 
Archive Date
9/1/2012
 
Point of Contact
Paul A. Maconi, Jr., Phone: 850-882-0246
 
E-Mail Address
paul.maconi@eglin.af.mil
(paul.maconi@eglin.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement 52.212-1 Addendum 52.212-2 Addendum 252.209-7999 Deviation Draft DD254 Supporting Docs Additional information 96 TW/PZIO intends to award a contract is for Specialized IT Services in support of the 53rd Wing at Eglin AFB and Nellis AFB. The 53d Wing requires Information Technology (IT) technical security support for computer systems supporting systems development and operations activities. This support includes a wide variety of hardware, software, auditing tools, and other components required to provide secure network operations. Please review the attached Performance Work Statement (PWS) for a detailed description of the services required. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. The solicitation/announcement number is F1T0EJ2096A001. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This acquisition is restricted to Service Disabled Veteran-Owned Small Business schedule holders. The North American Industry Classification System (NAICS) code for this acquisition is 541519, Other Computer Related Services with a size standard of $25.5M. Responding contractors must certify size status as of the submission date of the quote. Period of performance is estimated to be for one year after contract award with 3 one-year options. Candidates for employment must already possess a top-secret (TS/SCI) clearance. This is a notice that this acquisition is a total set aside for Service Disabled Veteran Owned Small Business. Only offers submitted by Service Disabled Veteran Owned Small Business will be accepted by the Government. Any offer that is submitted by a contractor that is not Service Disabled Veteran Owned Small Business will not be considered for award. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The requirement consists of the following items: CLIN 0001 - Specialized IT Services for 53rd Wing at Eglin AFB as described in the PWS dated 11 June 2012. Base Period. 2 FTEs. CLIN 0002 - Specialized IT Services for 53rd Wing at Nellis AFB as described in the PWS dated 11 June 2012. Base Period. 2 FTEs. CLIN 1001 - Specialized IT Services for 53rd Wing at Eglin AFB as described in the PWS dated 11 June 2012. Option 1. 2 FTEs. CLIN 1002 - Specialized IT Services for 53rd Wing at Nellis AFB as described in the PWS dated 11 June 2012. Option 1. 2 FTEs. CLIN 2001 - Specialized IT Services for 53rd Wing at Eglin AFB as described in the PWS dated 11 June 2012. Option 2. 2 FTEs. CLIN 2002 - Specialized IT Services for 53rd Wing at Nellis AFB as described in the PWS dated 11 June 2012. Option 2. 2 FTEs. CLIN 3001 - Specialized IT Services for 53rd Wing at Eglin AFB as described in the PWS dated 11 June 2012. Option 3. 2 FTEs. CLIN 3002 - Specialized IT Services for 53rd Wing at Nellis AFB as described in the PWS dated 11 June 2012. Option 3. 2 FTEs. Place of performance: Eglin AFB, FL and Nellis AFB, NV This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012. The following provisions are incorporated in this solicitation: FAR 52.212-1 Instructions To Offerors - Commercial Items (June 2008) Proposal Preparation Instructions (See attached ADDENDUM) 52.212-2, Evaluation-Commercial Items; (Jan 1999) (See attached ADDENDUM) 52-212-3, Offeror Representations and Certifications- Commercial Items (May 2011) (if you have completed the annual reps and certs electronically via the Online Representations and Certifications Application (ORCA) website (http://orca.bpn.gov), just mention in your quote that you're registered in ORCA. If your information is NOT UP TO DATE, then please complete paragraph 52.212-3(b) of the provision and provide to us. If you are NOT REGISTERED in ORCA, then please complete paragraphs (c) through (o) of the provision and provide to us. Provision 52.212-3 can be found online at website (http://farsite.hill.af.mil/vffara.htm). The following clauses are incorporated in this solicitation: 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-16, Preventing Personal Conflicts of Interest 52.204-7, CCR 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5 DEVIATION Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor - cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR. 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contact Act 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.224-1, Privacy Act Notification 52.224-2, Privacy Act 52.228-5, Insurance - Work on a Government Installation 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.237-3, Continuity of Services 52.246-4, Inspection of Services 52.252-2 Clauses Incorporated by Reference - see HTTP://FARSITE.HILL.AF.MIL/ 52.252-6 Authorized Deviations in Clauses 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alt A, CCR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 52.203-3, Gratuities 252.226-7001,Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Request for Equitable Adjustment 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman 5352.223-9001, Health and Safety 5352.242-9000, Contractor Access to Air Force Installations 5352.242-9001, CAC for contractor The following DFARS deviation applies to this solicitation. The provision is provided as an attachment to this solicitation and must be completed/signed and returned with the offer. Deviation 2012-O0004 DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received by 1300 on Friday, August 17, 2012. Electronic submission is preferred. The proposal format is at the discretion of the offeror, but the pricing information must be in a separate document from the technical portion for evaluation purposes. Send all inquiries by e-mail to Paul Maconi, Jr. at paul.maconi@eglin.af.mil. One copy of the offer package must be sent to the following: Paul A. Maconi, Jr. 96 TW/PZIOA 308 West D Ave., Suite 130 (Building 260) Eglin AFB, Florida 32542-5418 Paul.maconi@eglin.af.mil Attached: Performance Work Statement (PWS) dated 11 June 2012 Addendum to 52.212-1, Instructions to Offerors Addendum to 52.212-2, Evaluation Deviation 2012-O0004 DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Draft DD254 Draft DD254 Supporting Documents Additional Information Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F1T0EJ2096A001/listing.html)
 
Place of Performance
Address: 53rd Wing, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02825095-W 20120804/120803000740-bfd0ae80fbe2a8d4f402ea3783e5eafe (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.