SOLICITATION NOTICE
J -- Netscout Maintenance - FA8751-13-R-0006
- Notice Date
- 3/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-13-R-0006
- Archive Date
- 3/29/2013
- Point of Contact
- Kelly A. Higgins, Phone: 315-330-7595
- E-Mail Address
-
Kelly.Higgins@rl.af.mil
(Kelly.Higgins@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-13-R-0006 SCA Wage Determination 2005-2475 Rev 14 FA8751-13-R-0006 Representations & Certifications Addendum FA8751-13-R-0006 Quality Assurance Surveillance Plan FA8751-13-R-0006 Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-R-0006 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120228. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a total small business set aside under NAICS code 811212 and small business size standard of $25.5M average annual receipts over the last 3 years. Offerors are requested to submit a written proposal in response to the attached Performance Work Statement (PWS) dated 08 Mar 2013 (Attachment 1) and Quality Assurance Surveillance Plan (QASP) dated 08 Mar 2013 (Attachment 2) on a firm fixed price (FFP) basis. The applicable Service Contract Act wage determination is provided in Attachment No. 4 to this solicitation. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The Period of Performance will be the Date of Award through 31 December 2013, with two (2) option years. If all options are exercised performance would conclude 31 December 2015. All deliveries of equipment shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The location of equipment under service is Shaw AFB SC. The provision at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due on or before 3 PM (ET) THU 14 MAR 2013. Submit by email to kelly.higgins@rl.af.mil with a copy to andrew.clark@rl.af.mil; or by mail to AFRL/RIKO, Attn: Kelly Higgins, 26 Electronic Parkway, Rome NY 13441-4514; or by facsimile to 315-330-2555. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This should include product/service literature and documentation of authorized/certified reseller status for the service being offered. (b)(10) Submit past performance information for contracts within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN1999) applies and is tailored as follows: 1. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government, price and other factors considered. The following factors shall be used to evaluate: PRICE, TECHNICAL CAPABILITY, and PAST PERFORMANCE. When combined, Technical Capability and Past Performance are approximately equal to Price. The evaluation process shall proceed as follows: (a) PRICE: The Government will rank offers by "total evaluated price". Offeror's total evaluated price is the sum of prices for the basic requirement and all options. 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). Price will be examined for reasonableness and balance. (b) TECHNICAL CAPABILITY: Next, the Government will evaluate the technical capability of offers in order by price on a pass/fail basis. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offeror's proposals determined to be technically capable will be further considered for award. (c) PAST PERFORMANCE: The contracting officer shall seek relevant performance information on all offerors based on (i) responses to the past performance inquiries for the offeror's past and present efforts provided by their references and (ii) data independently obtained from other government and commercial sources. To assess performance, the Government will use information submitted by the offeror and other sources, such as other Federal and other governmental agencies, commercial sources, Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval System (PPIRS). The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this solicitation based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in the table below. Offerors with no relevant past or present performance history, or offerors whose performance record is so limited that no confidence assessment rating can be reasonably assigned, shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. SUBSTANTIAL CONFIDENCE: Based on the offeror's performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE: Based on the offeror's performance record, the Government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE: Based on the offeror's performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE: Based on the offeror's performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE: No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. (1) If the lowest priced evaluated proposal is considered technically capable and is rated as Substantial Confidence in the past performance assessment, that proposal represents the best value for the government and the evaluation process stops. Award shall be made to that offeror without further evaluation of any other proposals. (2) If the lowest priced technically capable offeror is not rated as Substantial Confidence, the next lowest priced, technically capable offeror will be evaluated and the process will continue (in order by price) until an offeror is rated Substantial Confidence, or until all offerors are evaluated. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced, technically capable proposal is not rated as Substantial Confidence in the past performance assessment. Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2012) and ALT I (APR 2011), DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005), DFARS 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) (JAN 2012), and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation) (MAR 2012). For your convenience, 52.212-3(b) and Alt I, 252.212-7000, 252.209-7998, and 252.209-7999 are provided in Attachment 3 to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006) with Alternate 1 (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds transfer - Central Contractor Registration (Oct 2003) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), filled in as follows: 23183 Electronics Technician Maintenance III, $23.39 + $3.71 = $27.10 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Options Contracts) (Sep 2009) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2013), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concepts (Sep 2004) 252.227-7015, Technical Data--Commercial Items (Dec 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.209-7, Information Regarding Responsibility Matters (Feb 2012) 52.217-5, Evaluation of Options (Jul 1990) 52.217-8, Option to Extend Services (Nov 1999), filled-in as follows: "The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract." 52.217-9, Option to Extend the Term of the Contract (Mar 2000), with paragraph (a) filled-in as follows: "The Government may extend the term of this contract by written notice to the contractor before the contract expires" and paragraph (c) filled-in as follows: "The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years." 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) 52.232-18, Availability of Funds (Apr 1984) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) 252.232-7007, Limitation of Government's Obligation (May 2006) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (Apr 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. 5352.223-9001, Health and Safety on Government Installations (Nov 2012) 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-R-0006/listing.html)
- Place of Performance
- Address: Shaw AFB, South Carolina, United States
- Record
- SN03007321-W 20130310/130308234207-e60825d3dd74632fb4d81d77e0e38817 (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 |