Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2014 FBO #4656
SOLICITATION NOTICE

36 -- Hearts Apart Morale Call System - Statement of Work

Notice Date
8/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3214176AC01
 
Archive Date
9/17/2014
 
Point of Contact
Benjamin C. Nieto, Phone: 8502838210
 
E-Mail Address
benjamin.nieto@tyndall.af.mil
(benjamin.nieto@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4A3214176AC01 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. The North American Industry Classification System (NAICS) code is 334210. Small business size standard is 1000 employees. This acquisition is 100% set aside for small business. CLIN 0001: Qty 1 Lot- 24 port IVR/Hearts Apart and Morale call system or equal IAW Statement of Work (SOW) -24-port IVR/Hearts-Apart & Morale Call System (1Server/MPG) -Remote Project Management -Onsite installation of server and rack **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.** The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Acceptability - offerors must verify they can meet all requirements of the SOW Para. 4.1.1 to ensure their system is a DoD approved system on the Approved Products List (APL) for purchase and integration into the NIPR 2. Price This will be a lowest price technically acceptable purchase. Technical acceptability will be determined based on characteristics stated in this solicitation. Quote must include descriptive literature to determine if services meet the SOW and technical requirements Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications -Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation 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 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A - System for Award Management DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 - Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: AFFARS 5352.201-9101 - ACC Ombudsman AFFARS 5352.223-9001 - Health and Safety on Government Installations AFFARS 5352.242-9000 - Contractor Access to Air Force Installations NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Quotes must include vendor's CAGE code, and tax identification number (TIN). Resultant quote must be valid until 30 Sep 14. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Any questions resulting from this RFQ must be submitted in writing to SrA Nieto no later than 12:00 pm CST 27 Aug 14. Please send quotes/questions to SrA Benjamin Nieto @ benjamin.nieto@us.af.mil NO LATER THAN 2 Sep 2014 12:00 PM CST. Phone: (850)283-8210. Addendum to FAR 52.212-1, Instructions to Offerors Offerors are to complete and submit the following: 1) Pricing under CLIN 0001 2) Verification of system proposed is DoD Approved system on the Approved Products List (APL) 3) System shall also be certified by the Joint Interoperability Test Command (JITC) IAW CJCSI 6215.01B, Policy for Department of Defense Voice Systems 4) Quote must include technical/descriptive literature demonstrating proposed system meets all requirements of SOW 5) Cage code 6) Tax identification number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17370d2af42d0b45f5fead13cff0f82f)
 
Place of Performance
Address: Tyndall AFB, FL Bldg 1230, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03476568-W 20140824/140822234824-17370d2af42d0b45f5fead13cff0f82f (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.