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

J -- Access Control Maintenance - Performance Work Statement and Pricing Worksheet

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6060
 
Archive Date
10/4/2012
 
Point of Contact
Jeremy Rash, Phone: 7195562195, William T. Ray, Phone: 7195568468
 
E-Mail Address
jeremy.rash@peterson.af.mil, william.ray@peterson.af.mil
(jeremy.rash@peterson.af.mil, william.ray@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2: Pricing Worksheet Attachment 1: Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. The solicitation, FA2517-12-T-6060, is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This procurement is procured as other than full and open competition with a 100% Small Business Set-Aside. The NAICS code for this acquisition is 561621, Security Systems Services, with a size standard of $12.5 million. A single award will be made as a result of an evaluation of the quotes received. This acquisition is for Access Control Maintenance Services for the 21 st Medical Group at Peterson AFB, CO. A full description of requirements is provided in the PWS (att 1) and the Pricing worksheet (att 2). The period of performance is from 1 Oct 2012 - 30 Sep 2013 with three (3) pre-priced option years from 1 Oct 2013 - 30 Sep 2016. See Attached PWS (att 1) for additional requirement information. Contractor shall complete the pricing worksheet (att 2) as part of their offer. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Multiple offers will not be accepted. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the lowest priced offeror meeting the technical specifications. To be considered technically acceptable the quote must reflect the requirements specified in the Performance Work Statement. Contractor shall possess the required skills or technical capability (or have the ability to obtain them*) to accomplish the requirements specified in the Performance Work Statement and must submit a staffing plan with their quote. *Ability to obtain resources. Acceptable evidence normally consists of a commitment or explicit arrangement, that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, other resources, or personnel, covering the time period covered by the contract base period or quantities plus option periods or quantities. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2011), applies to this acquisition. The clause at FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 15 Days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The following FAR Clauses apply to this solicitation: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I (Sep 2006) 52.204-99 (Dev) System for Award Management Registration (Aug 2012) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facility (Feb 1999) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Mar 2007) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2010) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes (Jul 2002) 52.233-2 Service of Protest (Sep 2006) - (21 CONS, 135 Dover St, Peterson AFB, CO 80914) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The following DFARS clauses apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 252.204-7004 Required Central Contractor Registration (Sep 2007) 252.209-7999 Representation by the Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders (October 2010) 252-225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following AFFARS clause applies to this solicitation: 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) Any reference to the Central Contractor Registration (CCR) in this solicitation, provisions or clauses should be considered a reference to the predecessor of CCR. System for Award Management (SAM), available at the following link, https://www.sam.gov. The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition. Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 3:00 PM MST, 19 Sep 2012. Questions regarding this solicitation shall be submitted in writing no later than 3:00 PM MST, 17 Sep 2012. POC for information regarding this solicitation is SSgt Jeremy Rash. Submit your quotes and questions to SSgt Jeremy Rash via e-mail: Jeremy.Rash@peterson.af.mil and to 21cons.lgcba@us.af.mil or via fax: (719) 556-4838. Attachments: 1. PWS 2. Pricing Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6060/listing.html)
 
Place of Performance
Address: 21 MDG, Peterson AFB CO, 80914, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02880143-W 20120914/120913001716-3bdbaa157f233aa9334ba31c4896f840 (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.