Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2014 FBO #4494
SOLICITATION NOTICE

J -- SEM Shredder Maintenance

Notice Date
3/13/2014
 
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, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0AJ4022A001
 
Archive Date
4/5/2014
 
Point of Contact
Maurice Meadows, Phone: 8508825576
 
E-Mail Address
maurice.meadows@us.af.mil
(maurice.meadows@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION F1T0AJ4022A001 SEM Shredder Maintenance (i) The AFTC Installation Contracting Division, Eglin AFB, Florida intends to solicit, negotiate and award a firm-fixed price contract for SEM Shredder Maintenance in accordance with the Statement of Work date 15 January 2014. This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. (ii) The solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F1T0AJ4022A001. (iii) This is a 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 811212 with a small business standard size of $25.5 million annually. Please identify your business size in your response based upon this standard. (iv) CLIN 0001 Base Year 1 April 2014 - 31 March 2015 CLIN 1001 Option Year 1 1 April 2015 - 31 March 2016 CLIN 2001 Option Year 2 1 April 2016 - 31 March 2017 CLIN 3001 Option Year 3 1 April 2017 - 31 March 2018 CLIN 4001 Option Year 4 1 April 2018 - 31 March 2019 (v) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective as of 29 Jan 2014. 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 address: http://farsite.hill.af.mil The following provisions and clauses are incorporated by reference: •· 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) •· 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (Sep 2013) incorporating the following: •v 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards •v 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •v 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) •v 52.219-8, Utilization of Small Business Concerns (Jul 2013) •v 52.219-14, Limitations on Subcontracting (Nov 2011) •v 52.219-28, Post Award Small Business Program Representation (Jul 2013) •v 52.222-3, Convict Labor (Jun 2003) •v 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Nov 2013) •v 52.222-21, Prohibition of Segregated Facilities (Feb 1999) •v 52.222-26, Equal Opportunity (Mar 2007) •v 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) •v 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) •v 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Jul 2013) •v 52.222-41, Service Contract Act of 1965 (Nov 2007) •v 52.225-13, Restriction on Certain Foreign Purchases •· 52.217-5, Evaluation of Options (July 1990) •· 52.217-8, Option to Extend Services (Nov 1999) •· 52.217-9, Option to Extend the Term of the Contract (Mar 2000) •· 52.232-8, Discounts for Prompt Payment (Feb 2002) •· 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) •· 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) •· 252.204-7003, Control of Government Personnel Work Product •· 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) •· 252.232-7010, Levies on Contract Payments (Dec 2006) •· 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: 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 address: http://farsite.hill.af.mil (End of Clause). •· 5352.201-9101, Ombudsman (Nov 2012) •· 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) •· 5352.223-9001, Health and Safety on Government Installations (Jun 1997) •· 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) •· LOCAL CLAUSE H-850: Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-14-XXXX *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: *Ship To Code/Ext: *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Management/Staffing Approach: The government technical evaluation team shall evaluate the offer with the lowest price. If the offer with the lowest price is determined to be technically unacceptable, the government technical evaluation team shall evaluate the offer with the next lowest price. This succession shall continue until the lowest price, technically acceptable offer is established. F1T0AJ4022A001 STATEMENT OF WORK SCOPE: The work under this requirement consists of quarterly maintenance of multiple SEM Shredders and Disintegrator to include the following: QTY EQUIPMENT 13 SEM Model 244 Shredders 3 SEM Model 266 Shredders 1 SEM Model 126C/2 Shredder 1 SEM Model 1012 Disintegrator 1 SEM Model 1200 CD Declassifier 1 SEM 2226CC/3 Shredder 1 Whitaker Datastroyer LOCATION: All required maintenance shall be performed within buildings 349, 614, & 897, Eglin AFB, FL. SCHEDULING: The requirement calls for quarterly maintenance of the units mentioned above. DESCRIPTION OF WORK: In general, the work shall consist of the following: •· All emergency service calls must meet 4 to 8 hour response time •· Quarterly blade changes or sharpening on SEM Disintegrator as needed •· 1 grinding pad replacement for the Model 1200 CD Declassifier per year •· Quarterly inspections and cleanings per unit on shredders •· Submit a copy of service report after each inspection •· Provide a service number for emergency service calls This requirement calls for authorized SEM factory trained service providers, as SEM will not warranty any services made by anyone other than an SEM authorized/certified technicians. Required Maintenance must meet Department of Defense Manual (DoDM 5200.01-V3) and National Security Agency/Central Security Service Evaluated Products List (NSA/CSS EPL 02-01) requirements. QUOTES MUST BE RECEIVED no later than 3:00PM (central time) on 21 March 2014 : Any questions pertaining to this submission must be received by 3:00 P.M., CENTRAL TIME ON 17 March 2014. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 3:00 P.M., CENTRAL TIME ON 21 March 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ff881ca57a0dcabedabe772130732a3)
 
Record
SN03309445-W 20140315/140313234530-6ff881ca57a0dcabedabe772130732a3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.