Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

D -- SIPRNET Relocation - PWS

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
0010162004
 
Archive Date
12/12/2012
 
Point of Contact
Robyn A Villafranco, Phone: 210-221-3827
 
E-Mail Address
robyn.a.villafranco.civ@mail.mil
(robyn.a.villafranco.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2521 Rev 13 Building Rules Performance Work Statement COMBINED SYNOPSIS / SOLICITATION 0010162004 The 502d Contracting Squadron, Joint Base San Antonio-FSH, TX has a requirement for the relocation of SIPRNET services. The quotes are to be Firm Fixed Price (FFP). This requirement is being solicited as 100% Small Business Set-Aside. The applicable NAICS code is 238210 and the small business size standard is $14M. Award will be made in accordance with FAR Parts 19, 12 and 13 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items 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 000162004 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60 and DFARS change notice 20120906. 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. 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; 52.212-3 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; 52.219-6 Notice of Total Small Business Set-Aside; 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 Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. 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. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. QUOTING INSTRUCTIONS AND INFORMATION a. General Instructions (1) Questions. To insure the integrity of the procurement process, questions regarding this acquisition are to be directed ONLY to the 502d Contracting Squadron personnel. Questions should be in writing and sent by email to robyn.a.villafranco.civ@mail.mil. Answers considered material to the successful receipt of quotes will be made accessible to all potential quoters via FedBizOpps. (2) Services will be performed in a Government leased facility. Contractors are expected to abide by lessor's attached document called "Building Rules for Contractors" in the performance of their work. In addition, proof of minimum insurance requirements (as outlined in the attachment) is required at the time of proposal submission. (3) Site Visit. A site visit will be held 17 September 2012 at 0900 hours. Prospective offerors are encouraged to attend the site visit although not attending will not prevent an award provided all other terms of the solicitation are met. The resultant awardee will not be excused from performance after award based on failure to attend the pre-award site visit. Contractors that expect to attend the site-visit should send an email with your Full name, Company name, and phone number to: robyn.a.villafranco.civ@mail.mil no later than 14 September 2012, 10:00 am CST. Specific details of the meeting place will be sent to the registered contractors via email NLT 14 September by 4pm. (4) Wage Determination 2005-2521 Rev 13 dated 06/13/2012 applies. b. Specific Instructions (1) The Government Basis of Award: "A single Award shall be made to the responsible, responsive offeror who meets all minimum insurance requirements and solicitation requirements at the lowest total price for all requirement items." c. Proposal Requirements Part I - Price Quote- Submit no later than 09:00 am(CST) on 19 September 2012. Submit by email to: robyn.a.villafranco.civ@mail.mil. Part II-Requirement Description: The attached Performance Work Statement provides full details of the services required. The POP for these services will be sixty days from date of award. The Quote must include: (1) All required Offeror Representations and Certifications specified IAW FAR 52.212-3 Alt I. (2) 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 System Award Management (SAM) database; NO EXCEPTIONS. To register, apply via the Internet at https://www.sam.gov/portal/public/SAM/.The SAM registration must be completed before award can be made. Contractors should also complete the Representations and Certifications in the SAM database. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 09:00 am CST, 19 September 2012. Late quotes will not be considered. (3) Proof of minimum insurance requirements (4) Points of Contact Ms. Robyn Villafranco, Contract Specialist, Tel: 210-221-3827, robyn.a.villafranco.civ@mail.mil; Attachments: 1. Performance Work Statement 2. Building Rules for Contractors 3. Wage Determination 2005-2521 Rev 13 dated 06/13/2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09ab23173681e5bc5581411cf0085d51)
 
Place of Performance
Address: Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02880047-W 20120914/120913001608-09ab23173681e5bc5581411cf0085d51 (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.