SOLICITATION NOTICE
J -- Hawkeye III Satellite Terminal Maintenance and Repair IDIQ - Package #1
- Notice Date
- 6/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VTJ54119AC01
- Archive Date
- 8/6/2014
- Point of Contact
- Michael Terranova, Phone: 8138284027, Barbra Squitieri, Phone: (813)828-1737
- E-Mail Address
-
Michael.Terranova.5@us.af.mil, barbra.squitieri@us.af.mil
(Michael.Terranova.5@us.af.mil, barbra.squitieri@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sample Projects DFARS 252.209-7993 Equipment and Parts List Pricing Matrix Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. This is a Request for Quote (RFQ) and the solicitation number is F2VTJ54119AC01. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida contemplates the award of a single Indefinite Delivery- Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) task orders for technical evaluation, test and alignment and the repair of the Satellite Terminals and/or Line Replaceable Units (LRU)'s. 1. DESCRIPTION OF REQUIREMENT: The North American Industry Classification System Code (NAICS) is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Reference the Statement of Work (Attachment #1) for complete requirement details. a. This procurement is being conducted using the Simplified Acquisition Procedures (SAP) authorized in FAR Part 13.5, Test Program for Certain Commercial Items. b. The resulting IDIQ contract will be established at a Not-To-Exceed (NTE) contract ceiling of $900,000.00, meaning the end-user may place orders for any quantity of testing/evaluation and repairs at the established unit prices/rates, up to the NTE contract ceiling, during the current ordering period. The ceiling is inclusive of option years (FAR 52.217-9). c. The Government's minimum guarantee will be fulfilled after award under Task Order 0001. The minimum guarantee will be equal to the amount of the awardees cost for testing and evaluation against one unit. d. All offerors are required to complete and submit pricing information in Attachment #2, Pricing Matrix and Attachment #3, Equipment List Pricing, for inclusion into the contract. e. All offerors are required to complete and submit Attachment #4 of this solicitation IAW 252.209- 7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2. BASIS FOR AWARD: This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). a. Price Evaluation: Each proposal will be ranked according to overall price provided in Attachment #2. Pricing will include Testing/Evaluation extended; Repair Hours extended; and an average of the parts submitted in Attachment #3. Each Option period will be included to provide the offerors Total Evaluated Price. Note: although the repairs will be evaluated at an hourly rate, task orders will be awarded as a Firm-Fixed-Price for repair and parts. b. Technical Evaluation: Technical acceptability will be based on a technical narrative provided by the offeror in response to the two sample projects listed in Attachment #5. To be considered technically acceptable, contractor responses must provide a technical narrative as to the specific procedure as to the testing/evaluation, specific hours used for repairs and labor, and the product lead time for each equipment piece listed. In addition, the offeror must include the total time to complete evaluation/testing and repairs. The technical narrative must prove the offeror can provide all services IAW the Statement of Work in attachment #1, Paragraph 1.2 Specific Tasks. 3. DELIVERY ADDRESS: The items and services are being procured on behalf of the Joint Communications Support Element (JCSE), 8532 Marina Bay Drive, MacDill AFB, FL 33621. 4. PROVISIONS/CLAUSES: The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-72 effective 30 Jan 2014, DFAR DPN 20140228, and AFFAR AFAC 2013-Baseline. Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.203-3, Gratuities - FAR 52.204-7, System for Award Management - FAR 52.204-13,System for Award Management Maintenance - FAR 52.212-1, Instruction to Offerors--Commercial Items - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - 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 Within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - FAR 52.216-19, Order Limitations - FAR 52.216-22, Indefinite Quantity - FAR 52.217-5, Evaluation of Options - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act - FAR 52.232-18, Availability of Funds - FAR 52.232-39, Unenforceability of Unauthorized Ob ligations - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.243-1, Alt1, Changes-Fixed Price - FAR 52.247-34, F.O.B. Destination - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.216-7006, Ordering - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.247-7023, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5. Instruction to Offerors: All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Tuesday, 22 July 2014, by 10:00 a.m. EST. Any questions or Requests for Information (RFI) shall be submitted NLT 27 June 2014, by 10:00 a.m. EST. Submit offers or questions/RFIs to the attention of Michael Terranova, 6CONS/LGCB, by email to michael.terranova.5@us.af.mil. Government Point of Contact: Michael Terranova, USAF Contract Specialist michael.terranova.5@us.af.mil (813) 828-4724 Government Alternate Point of Contact : Barbara Squitieri, USAF Contracting Officer barbara.squitieri@us.af.mil (813) 828-1737 Attachments: 1. Statement of Work 2. Pricing Matrix 3. Equipment List 4. DFARs 252.209-7993 5. Sample Projects
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ54119AC01/listing.html)
- Place of Performance
- Address: The items and services are being procured on behalf of the Joint Communications Support Element (JCSE), 8532 Marina Bay Drive, MacDill AFB, FL 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN03397950-W 20140619/140617235816-fcbfee8bfa7afe73d4fa450dc7846cb8 (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 |