SOLICITATION NOTICE
D -- Cable Television Services (APF) Dobbins ARB - (Draft)
- Notice Date
- 8/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
- ZIP Code
- 30069-4824
- Solicitation Number
- FA6703-13-T-0014
- Archive Date
- 10/2/2013
- Point of Contact
- Cynthia D. Weaver, Phone: 6786555115, Samuel Richardson, Phone: 6786555087
- E-Mail Address
-
cynthia.weaver@us.af.mil, samuel.richardson.2@us.af.mil
(cynthia.weaver@us.af.mil, samuel.richardson.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement, dated 9 July 2013 Synopsis/Solicitation: 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 will not be issued. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to offerors, commercial items. The combined synopsis/solicitation FA6703-13-T-0014 is being issued as a Request for Quotes (RFQ) for commercial items in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20130808, and Air Force Acquisition Circular (AFAC) 2013-0327. This solicitation is a released as full and open competition. The North American Industry Classification System (NAICS) Code is 517110 (Wired Telecommunications Carriers) and the Small Business Standard Size is 1,500 employees. This requirement is subject to availability of funding, FAR 52.232-18 Availability of Funds. The contract type for this solicitation is Firm Fixed Price (FFP). The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Contract Line Items Numbers (CLINs): Contract Line Item Number Description Qty Unit Unit Price Total Price 0001 CATV Subscription Basic for 84 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 0002 CATV Subscription Basic + HBO for 4 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 0003 Rental of 88 Digital CATV boxes and remotes per month. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 0004 CATV Relocation, Removal and new installation. Estimated $1500.00. Fill-In your standard rate for each move $________. LOT 1 1001 OPTION CATV Subscription Basic for 84 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 1002 OPTION CATV Subscription Basic + HBO for 4 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 1003 OPTION Rental of 88 Digital CATV boxes and remotes per month. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 1004 OPTION CATV Relocation, Removal and new installation. Estimated $1500.00. Fill-In your standard rate for each move $________. LOT 1 2001 OPTION CATV Subscription Basic for 84 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 2002 OPTION CATV Subscription Basic + HBO for 4 drops at Dobbins ARB. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 2003 OPTION Rental of 88 Digital CATV boxes and remotes per month. All work is to be performed in accordance with the attached Performance Work Statement dated 9 July 2013. MO 12 2004 OPTION CATV Relocation, Removal and new installation. Estimated $1500.00. Fill-In your standard rate for each move $________. LOT 1 The contractor shall provide all labor, equipment, materials, tools, supervision, and all other items necessary to provide cable television services. Please see the attached Performance Work Statement dated 9 July 13. Quantities are estimated and the contractor shall not exceed the quantities without authorization from the Contracting Officer. All items listed shall be priced and include all installation, equipment and maintenance fees in the monthly price. The Contractor shall provide a free channel directory listing of current broadcast channels. Period of Performance: Basic: 1 October 2013 - 30 September 2014 Option Period 1: 1 October 2014 - 30 September 2015 Option Period 2: 1 October 2015 - 30 September 2016 Place of Performance: Dobbins Air Reserve Base (DARB), Marietta, GA 30069. See Performance Work Statement for location. Note: This requirement does not include the Dobbins ARB Lodging/Inn buildings. It is the offeror's responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffara.htm. Only one single award will be made. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-3 Convict Labor 52.217-5 Evaluations of Options 52.222-9 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.232-18 Availability Of Funds 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.237-3 Continuity Of Services 52.242-13 Bankruptcy 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT DFARS 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 (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F67100 Issue By DoDAAC FA6703 Admin DoDAAC FA6703 Inspect By DoDAAC ____ Ship To Code F5B352 Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) F5B352 Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Cynthia.weaver@us.af.mil and Michael.cantrell.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. David.ball.1@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 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. (End of clause) 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 42 months. (End of clause) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2013) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause-Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 5352.201-9101 Ombudsman ( AUG 2005) (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Col Steven Slick, HQ AFRC/ATZ, 255 Richard Ray Blvd, Robins AFB, GA 31098-1637, phone number (478)327-2472, e-mail address is steven.slick@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) T he contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and DARB 5 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) FAR 52.212-1 Instructions to Offerors - Commercial Items (Jul 2013) The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Quotes", Quotes may be submitted via email. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotes. ADDENDA TO 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, and Part III - Past Performance Information. B. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit one electronic copy (a) Submit your quote with all the information listed under the Contract Line Item table above; to include option items. (b) Quotes shall include CAGE Code, DUNS, Tax Identification Number and Payment Terms. 2. PART II - TECHNICAL PROPOSAL - Submit original and one (1) copy or one (1) electronic copy. Limited to no more than 6 pages. (a) Submit documentation (such as certifications, license (s), agreements (s), etc.) that demonstrates your status and/or capability to provide cable television services in Georgia and/or Cobb County. (b) If frequencies are used, provide documentation that shows your Federal Communications Commission (FCC) approval for this area. (c) Submit documentation/approach that show how the offeror will meet the service programming requirements as identified in the Performance Work Statement, paragraph 1.2.1. and reliability/uptime rate of 99.5%. 2. PART III - PAST PERFORMANCE INFORMATION - Only references for relevant contracts are desired. Submit original and one (1) copy or one electronic copy. Page limitation is 5 pages. (a) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for relevant past contracts efforts (similar in scope, and magnitude of effort and complexities this solicitation requires). In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Performance Surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and any other sources of information available to the Government to assess past performance. Provide a list of no more than five (5), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include contract efforts similar in size, scope magnitude, in providing and television programming services (cable, satellite, IPTV, etc. service) to 80 + television locations. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract/listed: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX & telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. 5 If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past relevant contracts. (d) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation (Item Numbers) and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award. Response Time: Submit quotes electronically via email to cynthia.weaver@us.af.mil and thomas.milloy@us.af.mil or either mailed or hand carried (i.e. USPS, FEDEX, DHL, and UPS etc) directly to the 94th Contracting Flight, Attn: Cynthia Weaver, 1538 Atlantic Ave, Dobbins ARB, GA 30069-4824 NLT, 2:00 P.M. EST, Tuesday, 17 September 2013. Faxed quotes will not be accepted. Points of contact for this solicitation are Contracting Officer, Cynthia Weaver at (678) 655-5115 or email at cynthia.weaver@us.af.mil or Thomas Milloy, (678) 655-5783. Offerors are cautioned that Dobbin Air Reserve Base, Georgia has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Some delay should be anticipated when hand carrying proposals. Offerors should allow sufficient time to obtain a visitor pass and deliver the quotel PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." SITE VISIT INFORMATION: A pre-proposal site visit will be conducted on Wednesday, 28 August 2013 at 9:00 A.M. Eastern Standard Time (EST), 94th Contracting Flight, Bldg 812, 1538 Atlantic Ave, Dobbins ARB, GA 30069-4824. Due to security purposes all potential offerors interested in attending the site visit must provide their identification in advance (Company name, full name of personnel to attend, date of birth, make/model of vehicle, vehicle plate/state (tag), drivers license number and state issued) via email to: Cynthia.Weaver@us.af.mil or fax (678-655-5612) not later than Monday, 26 August 2013 at 10:00 A.M. EST prior to coming out. Failure to provide this information in advance may prevent an offeror from gaining access into the base and attending the site visit. In addition, at the entry control point, in order to gain access to the installation, each individual must provide a valid driver's license, vehicle registration and vehicle insurance card to obtain a visitors pass. Individuals should allow sufficient time to obtain a visitor pass or and accessing the installation. Some delays should be anticipated. All questions shall be submitted via email to cynthia.weaver@us.af.mil NLT 10:00 A.M. EST. on Wednesday, 4 September 2013. JOINT VENTURE AGREEMENTS - Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. In order for an offeror to be considered for award the offeror's Central Contractor Registration and ORCA must be current. For more information please go to the System for Award Management (SAM) website at https:/www.sam.gov. (End of Addendum to FAR 52.212-1) 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: (1) PRICE (2) TECHNICAL (3) PAST PERFORMANCE Technical and past performance, when combined, are approximately equal to 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 withoutfurther 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. Addendum to FAR 52.212-2 BASIS FOR CONTRACT AWARD: Lowest Price Technically Acceptable in accordance with FAR 13-106-3. Award will be made to the responsible offeror whose proposal conforms to all required terms and conditions, includes all required representation and certifications, meets all requirements set forth in the solicitation and also provides the best value to the Government based on results of the evaluation as described in the paragraphs below: A. PART I - PRICE PROPOSAL The offeror's price will be evaluated for reasonableness. See below. 1. Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis, additional information may be required to support the proposed price. 2. Total Evaluated Price: An offeror's proposed prices will be determined by multiplying the quantities identified in the Contract Line Item Number (CLIN) table above. The Total Evaluated Price (TEP) will be used for evaluation purposes only and will be calculated as: The Total Evaluated Price (TEP) will be the sum of all the Contract Line Item Numbers (CLINs). B. PART II- TECHNICALPROPOSAL. 1. The government technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis based on following: (a) The proposal clearly demonstrates the offeror is authorized and capable of providing the cable television services in Cobb County and/ or state of Georgia. (b) The proposal clearly demonstrates the FCC approval for this area. (c) The proposal clearly demonstrates the capability and sound approach to meet the service programming requirements and reliability rate. 2. Technical Acceptability Ratings: (a) Acceptable - Proposal clearly meets the minimum requirements of the solicitation. (b) Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. C. PART III - PAST PERFORMANCE. 1. The past performance evaluation is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This will be based on the offeror's record of relevant and recent past performance information that pertains to the products and/or services outlined in these solicitation requirements. The Government will use information by the offeror on the attached Past and Present Performance Questionnaire in addition to any information obtained from PPIRS, other Federal Government offices and commercial sources, available to the Government, to assess performance. 2. Past Performance Evaluation Ratings: (a) Acceptable - Based on the offeror's past performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (b) Unacceptable - Based on the offeror's past performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or the offeror's performance record is so sparse that no meaningful past performance rating can be reasonably assigned; the offeror may not be evaluated favorably or unfavorably on past performance (See FAR 15.305 (a) (2) (iv). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". (End of Addendum to FAR 52.212-2)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-13-T-0014/listing.html)
- Place of Performance
- Address: Dobbins Air Reserve Base (DARB), Marietta, Georgia, 30069, United States
- Zip Code: 30069
- Zip Code: 30069
- Record
- SN03156945-W 20130823/130821235535-0cec2d942a3ec9f2efb9ed86473135f8 (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 |