SOLICITATION NOTICE
J -- Calibration of Scales - Attachment 1- PWS
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- 001077754
- Archive Date
- 10/4/2012
- Point of Contact
- Magdalenda Hudson-Murray, Phone: 2102954453
- E-Mail Address
-
magdalenda.g.hudson-murray.civ@mail.mil
(magdalenda.g.hudson-murray.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement (PWS) Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this soliciation until funds are available. The Government reserves the right to cancel this solicitation, either before or after teh closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The 502nd Contracting Squadron, 2273 Reynolds Road, San Antonio, TX 78234 is issuing this combined synopsis/solicitation for commercial service 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 is a notice that this order is a total set-aside for small business concerns. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. The applicable NAICS code is 811219 and the small business Size Standard of $19,000,000.00. Award will be made in accordance with FAR Part 12 "Acquisition of Commercial Items," and FAR and 15 "Contracting by Negotiation", procedures. 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 Contractor shall provide Non-Personal Services, to include all labor and management necessary and all equipment, instruments, standards and procedures to calibrate and adjust to operating specifications the equipment identified in the PWS as "Equipment Calibration List". The calibration of scales and printers shall be performed monthly and the base site shall be Building 3600 and Building 1179, Fort Sam Houston, Texas 78234. CLIN Structure: Base plus 3 Option Periods. See attached #1, Performance Work Statement. Submit Proposals no later than 12:00 PM 19 September 2012 CST. Submit in writing by email to: Magdalenda.g.hudson-murray.civ@mail.mil. Late proposals will not be considered. ADDITIONAL INFORMATION: 1. QUOTATION PREPARATION INSTRUCTIONS: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors: FACTOR I - TECHNICAL CAPABILITY. A technical description/illustration of the services being offered in sufficient detail to evaluate compliance with the requirement relating to the requirements identified in the in the attached Performance Work Statement (PWS). This includes, but not limited to product literature, spec sheets, drawings, or other documents, as found necessary. FACTOR II - PRICE. An offer must be made on all categories for that offer to be eligible for consideration for award. 2. BASIS OF AWARD: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b) (1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. Options. The Government will evluate 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 options. 3. POINT OF CONTACTS: a. The Contract Specialist for this requirement is: Magdalenda Hudson-Murray (210) 295-4453, magdalenda.g.hudson-murray.civ@mail.mil b. The Contracting Officer for this requirement is: Larry D. Sizer (210) 221-3880 larry.d.sizer.civ@mail.mil 4. CLAUSES, PROVISIONS AND ADDENDUMS The following provisions and clauses 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 Offerors -- Commercial Items (Feb 2012): Incorporated by reference. ADDENDUM: The following addendum is applicable to FAR 52.212-1 and the resulting solicitation and contract: ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. This Requirement is solicited and awarded as a commercial item under procedures of FAR Part 12, "Acquisition of Commercial Items," and under FAR Part 15, "Contracting by Negotiation." 2. Questions regarding this Request for Proposal are to be in writing and directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted by 2:00 PM CST Wednesday, 16 September 2012. Questions or discussions with other contractors and other than contracting Government personnel may render a quote invalid. 3. A site visit is not required, but may be scheduled at contractor request. 4. Quoting Requirements and Award Information. Submittal shall provide all information and all fill-ins required in the below clause and provisions: 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) 52.212-3 -- Alt I. (Apr 2011) --Offeror Representations and Certifications -- Commercial Items (Apr 2012) 52.219-1 Alternate I (April 2011)-- Small Business Program Representations. (Apr 2012) 52.219-28-- Post-Award Small Business Program Rerepresentation (APR 2012) 52.222-22-- Previous Contracts and Compliance Reports (Feb 1999) 252.212-7000-- OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instruction to the Offerors - Commercial Items FAR 52.212-3 Alt l, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) (See Addendum below) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (DEVIATION) FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-18, Encouraging Contractor Policies to Band Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-18, Avialability of Funds (Apr 1984) FAR 52.232-23, Assignment of Claims FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protests after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses selected: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (END OF DFARS 252.212-7001 CLAUSE SELECTION) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea FAR 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/these address (as): http://farsite.hill.af.mil//. (End of clause 52.252-1) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates 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/these address(es): http://farsite.hill.af.mil//. (End of clause 52.252-2) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause 5352.201-9101) As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 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 with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. 5. 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 contract number or invoice number will be required to inquire on the status of your payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb35c0cdcf770d366f6a8214259fa0ff)
- Place of Performance
- Address: Building 3600 and Building 1179, Fort Sam Houston, Texas 78234, Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Record
- SN02875746-W 20120912/120911000905-eb35c0cdcf770d366f6a8214259fa0ff (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 |