SOLICITATION NOTICE
J -- SIEMENS MAINTENANCE - Statement of Work - Sole Source Justification
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z0372227A002WILLIAMS-SIEMENSMAINTENANCE
- Archive Date
- 10/11/2012
- Point of Contact
- Wyatt B. Williams, Phone: 7074247744
- E-Mail Address
-
wyatt.williams.1@us.af.mil
(wyatt.williams.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification Statement of Work This is a posting 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. The solicitation number is F3Z0372227A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Circular (FAC) 2005-61 effective 13 September 2012, Defense DPN 20120906 effective 06 September 2012, and AFAC 2012-0330 effective 30 Mar 2012. The North American Industry Classification System (NAICS) code is 811212. The business size standard is $7,000,000.00. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 7622. This is a sole source requirement. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Travis AFB has a Sole Source requirement for Siemens Maintenance. The Period of Performance is 1 Oct 2012 - 30 Sept 2013. The requirements are as follows: 0001-AA - 248 Each, Essential On-site maintenance 24/7 for the Legacy system HiPath 4000 license 0002-AA - 25 Each, Essential On-site maintenance 24/7, misc applications, prouducts, fee for HiPath Trading System, which includes Optiplex 170L - Trading Workstation, 25 ea 15" Panel Mounted touchscreens, 25 each ELO 15A2 stations. 0003-AA - 18 Each, SIFA Radio Interface 0004-AA - 40 Each, PTT handset with 2 prong plug 0005-AA - 25 Each, PTT closure box 0006-AA - 2 Each, PE 420 - HP Trading Server 0007-AA - 2 Each, 17" LCD for HP Server 0008-AA - 2 Each, Copper to Fiber Modem 0009-AA - 1 Each, TCOM Fiber Ethernet Switch 0010-AA - 1 Each, DAKS C/P Server 46 ch, Rel 6 0011-AA - 1 Each, 32 ch NICE logger, V.8.9 0012-AA - 2 Each, APC Smart UPS RT 3000VA 208V 0013-AA - 3 Each, APC Smart UPS 1000VA ***All work done in accordance with attached Statement of Work*** Freight (if any) must be FOB destination and must include standard warranty on all items. Service to be performed and delivery of any parts to Travis AFB, CA 94535, and assembly is to be included in the quote. This award shall be made in the aggregate, all or none. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement, and (ii) price. The following provisions/clauses apply to this solicitation: 52.232-18 Availability of Funds 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. (End of Clause) 52.222-41 Service Contract Act of 1965 - 23931 Telecommunications Mechanic I: $26.96 + fringe benefits + $3.71 Health & Wellness 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-10 Telecommunications Mechanic I $28.71 + 36.45% Fringe Benefits Wage Determination No: 2005-2069 Revision 12, Effective 06/13/2012: (End of Clause) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 52.212-4 Contract Terms and Conditions (Commercial Items) 52.219-28 Post Small Business Award Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic submission of Payment Request 252.247-7023 Transportation of Supplies by Sea Alt III 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference. (http:/farsite.hill.af.mil) 52.252-6 Authorized Deviation in Clauses (Defense Federal Acquisition Regulation 48 CFR Chapter 2) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 5352.201-9101 Ombudsman Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered in Wide Area Work Flow (WAWF) [http://wawf.eb.mil] and the System for Award Management (SAM) [https://www.sam.gov/] to be eligible for award. All questions regarding the solicitation must be submitted to to me via email by 24 Sept 2012. QUESTIONS WILL NOT BE ACCEPTED AFTER 24 Sept 2012. Please send all offers to Wyatt.Williams.1@us.af.mil or fax to 707-424-5189 NO LATER THAN 26 Sept 2012, 1200, PST. Primary point of contact is Wyatt B. Williams, A1C, Contract Specialist, telephone 707-424-7744. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0372227A002WILLIAMS-SIEMENSMAINTENANCE/listing.html)
- Place of Performance
- Address: Travis AFB, CA 94535, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02893186-W 20120923/120921235857-7da5142f1bf7d56cf6d9372fbb8ac482 (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 |