MODIFICATION
59 -- One time Installation of twenty-one (21) Satellite Lines and Satellite Television Service for fifty-four (54) Television to which thirty-three (33) lines are existing
- Notice Date
- 11/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-13-T-9028
- Response Due
- 12/14/2012
- Archive Date
- 1/28/2013
- Point of Contact
- MICHAEL E. RIAS, (915) 568-7558
- E-Mail Address
-
MICC - Fort Bliss
(michael.e.rias.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for non-personal services contract to provide one time Installation of twenty-one (21) Satellite Lines and Satellite Television Service for fifty-four (54) Television to which thirty-three (33) lines are existing. The Satellite Television capability will be connected via the quote mark head-end quote mark equipment utilizing each television's individual tuner. There will be no cable individual cable boxes for each television. This combined synopsis/solicitation has been prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No paper copies of this solicitation will be provided. Solicitation number W911SG-13-T-9028 is being issued as a Request for Proposal (RFP). The Government intends to award a single Firm-Fixed Price (FFP) type contract entitled Installation and Service at Directorate of Emergency Service (DES), Fort Bliss, TX. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 61. All clauses within the Firm-Fixed Price (FFP) type contract and only one Firm-Fixed Price (FFP) type contract will be awarded. North American Industry Classification System (NAICS) Code for this procurement is 515210 Cable and Other Subscription Programming with a size standard of $15.0 million is applicable to this requirement. This notice is Unrestricted. By submission of a proposal, offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of any contract resulting from this RFP. Award will be based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2. MICC will make the award based on the technically acceptable proposal with the lowest evaluated price. All responsible Contractors shall provide an offer for the following: CLIN 0001 for Installation of twenty-one (21) new Satellite lines and connection of thirty-three (33) existing Satellite lines (see attached Statement of Work). QUANTITY: 54 FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 01 January 2013 to 31 December 2013 CLIN 0002 for Service of thirty (30) Channel Head-end System (see attached Statement of Work) QUANTITY: 54 FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 01 January 2013 to 31 December 2013 OPTION CLIN 1001 for Service of thirty (30) Channel Head-end System (see attached Statement of Work) QUANTITY: 54 FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 01 January 2014 to 31 December 2014 OPTION CLIN 2001 for Service of thirty (30) Channel Head-end System (see attached Statement of Work) QUANTITY: 54 FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 01 January 2015 to 31 December 2015 OPTION CLIN 3001 for Service of thirty (30) Channel Head-end System (see attached Statement of Work) QUANTITY: 54 FOB: DESTINATION. Inspection and Acceptance: DESTINATION PERIOD OF PERFORMANCE: 01 January 2016 to 31 December 2016 Proposal must be good for sixty (60) calendar days after close of solicitation The full text of FAR provisions or clauses may be accessed electronically at www.farsite.hill.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors- Commercial Items; 52.212-2 Evaluation - Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offeror conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal with acceptable past performance. The Government may award without discussions, reserving the right to hold discussions if deemed necessary by the Contracting Officer. The following evaluation factors will be used to evaluate offers: Price, Technical Proposal, and Past Performance. The Government intends to award to the lowest price, technically acceptable responsible offeror with an acceptable past performance rating. The following factors shall be used to evaluate offerors: Factor 1 - Technical Capability Factor 2 - Price Factor 3 - Past Performance Award shall be made to the lowest priced technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability but not ranked using the non-cost factors. The best value to the Government will result from the selection of the technically acceptable proposal with the lowest overall evaluated price. The Government will perform price analysis in accordance with FAR 15.404-1(b) Proposal Analysis Techniques. Each Offeror is responsible for providing the unit price of each item on the provided document entitled quote mark Laundry and Sewing Services - Price List quote mark given in the PWS under Technical Exhibit 7. (Please keep in mind that the data in Technical Exhibit 7 may increase or decrease by 10%.) Additionally each Offeror shall provide the total price for the total period of performance with adequate breakdown of all price components to include Overhead, General and Administrative Expenses, Profit and any other components that make up the Offerors overall price. Technical Capability: Proposals will be evaluated for accuracy and completeness as either acceptable or unacceptable. An acceptable rating means that the proposal clearly meets the minimum requirements of the solicitation. A proposal must have no deficiencies to receive an acceptable solicitation. A proposal must have no deficiencies to receive an acceptable rating. An unacceptable rating means that the proposal does not clearly meet the minimum requirements of the solicitation. An unacceptable proposal has one or more deficiencies. Each proposal's technical approach will be evaluated to determine the offeror's ability to successfully process the required volume of laundry and sewing services identified in the PWS. In addition, the technical approach will be evaluated to determine the offeror's ability to successfully one time Installation of Satellite Television and services as identified in paragraphs 1.3, 1.4, and 1.6 of the S.OW. Past performance for providing same or similar services will be evaluated. The Department of Defense contractor Performance Assessment Reporting System (CPARS/PPIRS) and other sources of data may be used as part of the evaluation. Offerors shall submit up to two past performance information recent (the last five years from the issuance date of the solicitation) and relevant (similar in scope and magnitude). The POC should mail to the address identified on the questionnaire or e-mail directly to the Government at Michael.e.rias.civ@mail.mil. The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications- Commercial items- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.223-18,52.225-13,52.232-33. 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.204-7003 Control of Government Personnel Work Product; ; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph (b) 252.203-7000, 252.225-7001, 252.247-7023, 252.247 7023 ALT III; 252.232-7003 Electronic Submission of Payment Requests and Receiving; 252.232-7000 Material Inspection and Receiving Report; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: Unilateral Changes 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. WAWF Instructions (local clauses available via e-mail request). CONTRACTORS MUST COMPLY WITH FAR 52.204-99 - System for Award Management (SAM) Registration. Contractors must be registered in the SAM database prior to award. The SAM database may be accessed at the following url: https://www.sam.gov/portal/public/SAM/ 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the service offered to meet the Government requirement (ii) Past Performance (iii) Price (b) Options. The Government will evaluate 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 option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In accordance with the FAR 13.106-1(a) (2), Soliciting Competition, Offerors are notified that award will be made on the basis of best value. Proposals received in response to subject request for proposal (RFP) shall be evaluated for technical acceptability and best value. Technically acceptable offers must meet all minimum specifications but offers which exceed the minimums may be rated more favorably. However, the Government will not pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, and price will become the determining factor in the award decision. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 DAYS. 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 30 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) 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 (4) FOUR YEARS AND (6) SIX MONTHS. 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. 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 address: http://farsite.hill.af.mil/ 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) a) 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 quote mark (DEVIATION) quote mark after the date of the clause. (b) 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 quote mark (DEVIATION) quote mark after the name of the regulation. 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): https://farsite.hill.af.mil www.arnet.gov (End of clause) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supply is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (End of clause) 5152.233-4000AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Please submit all questions in writing to Michael.e.rias.civ@mail.mil. No questions will be taken over the phone; all questions must be submitted in writing. Questions are due NLT COB Friday, December 7th, 2012. Answers will be posted NLT COB Monday, December 10th, 2012. Proposals are due by 4:00PM, M.S.T. Wednesday, December 12th, 2012. Proposals must acknowledge all amendments to this solicitation if any. Proposals may be submitted directly to the contracting office at the physical address below or e-mailed to Michael.e.rias.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/34b7e75d56f892605ebe1648853dc58d)
- Place of Performance
- Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN02939323-W 20121201/121129234636-34b7e75d56f892605ebe1648853dc58d (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 |