SOLICITATION NOTICE
T -- History/Timeline Wall Extension - Attachments
- Notice Date
- 7/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541430
— Graphic Design Services
- 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-Q-WALL
- Archive Date
- 8/2/2013
- Point of Contact
- Jenna A. Tarbania, Phone: 315-330-2260
- E-Mail Address
-
Jenna.Tarbania@us.af.mil
(Jenna.Tarbania@us.af.mil)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- Wage Determination Reps & Certs Site Visit Sign Up Form Site Visit Reservation Form Performance Work Statement (PWS) EDWOSB Repository Form This is a combined synopsis/solicitation 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; quotes 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-Q-WALL is issued as a request for quotation (RFQ). For your reference a Sources Sought Notification was issued for this RFQ under FA8751-13-Q-WALL. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130626. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total Economically Disadvantaged Women-Owned small business (EDWSOB) set aside under NAICS code 541430 and small business size standard of $7M. To be eligible for award as an EDWOSB, your firm must be registered in the WOSB Program Repository. To register, complete certification according to instructions found within Attachment No 1 and submit to the WOSB Program Repository prior to submitting the offer. The contractor shall provide the service as described in the attached Performance Work Statement (PWS) on a firm fixed price basis (Attachment No.2). A SITE VISIT is encouraged and will be conducted Wednesday 10 July 2013 at 10AM EST at Air Force Research Laboratory, 525 Brooks Road Rome, NY, 13441. To ensure attendance, offerors must complete the attached Site Visit Reservation Form (Attachment No. 3) and submit it to the security office (follow directions on the form). Offerors must also complete the Site Visit sign up form to notify the POC (Attachment No. 4) and submit it to the POC listed in paragraph (b) below. Both forms must be submitted by 3PM Monday 8 July. If no responses are received the Site Visit will be cancelled. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required period of performance is 60 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM EST, 3PM 18 July 2013. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2260 or by email to Jenna.Tarbania@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. Technical description submittals shall include a design concept as required in paragraph 1.1 of the PWS. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar work and other references (including contract numbers, points of contact with telephone numbers and 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. (c) The Period of acceptance offers is changed from 30 calendar days to 60 calendar days. (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) SAM. Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. When combined, technical capability and past performance are approximately equal in importance to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I; DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 5) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Re-representation 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965, as Amended 52.222-42, Statement of Equivalent Rates for Federal Hires 13013 Exhibits Specialist III GS-09 23.49 + 3.81 = $27.30 The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea, Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.232-18, Availability of Funds 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman 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 5352.242-9000, Contractor Access to Air Force Installations The following additional terms and conditions apply: 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 DFAR 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. Note that 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 solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-WALL/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, 525 Brooks Road, Rome, New York, 13440, United States
- Zip Code: 13440
- Zip Code: 13440
- Record
- SN03104983-W 20130703/130701235242-0d6f0ed9725af7ae7bc60a219044fda7 (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 |