Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOLICITATION NOTICE

J -- Medical Center Multi-Carrier Distributed Antenna System (DAS) Maintenance Contract

Notice Date
2/3/2020 8:08:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
DASMaintenance_3Feb2020
 
Response Due
2/14/2020 2:00:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Alana Williams, Phone: 937-656-7392, Michael Webb, Phone: 937-656-7446
 
E-Mail Address
alana.williams.1@us.af.mil, michael.webb.34@us.af.mil
(alana.williams.1@us.af.mil, michael.webb.34@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION:� ATTENTION: TECHNICAL SPECIFICATIONS AND/OR ONSITE VISIT IS AVAILABLE ON REQUEST.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The Government reserves the right to award without discussions. This solicitation document F4F4AC9183A002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2019-01, DFARS Publication Notice 20190215 and AFFARS AFAC 2018-0525 This acquisition is a total small business set aside in accordance with FAR 19.502-2. Only small businesses will be considered for award. The associated NAICS code for this acquisition is 811213 � Communication Equipment Repair and Maintenance with a small business size standard of $11 Million. DPAS rating is DO-A7. The Medical Information Systems Branch at Wright Patterson AFB, Ohio requires a one-year preventative and remedial maintenance agreement with 4 Option years for a Multi-vendor capable, in-house, Distributed Antenna System (DAS).� �See attached Performance Work Statement (PWS) for requirements specifications. In accordance with FAR 15.101-2, the Lowest Priced, Technically Acceptable (LPTA) offer will be awarded. ""Technical acceptability"" is based on offers which meet all of the Government's requirements in the attached PWS.� If that quote is awardable then no other quotes will be evaluated.� If the lowest priced quotes isn�t awardable then next lowest quote shall be evaluated. Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s). Anticipated Award Date is 9 March 2020. Lt Col Brian Miller has been appointed as Ombudsman.� The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel.� The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer.� Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at Brian.Miller.15@us.af.mil. Proposals are due by 5:00PM EST, 14 February 2020.� LATE SUBMISSIONS WILL NOT BE ACCEPTED.� Proposals shall be sent via email to Alana.Williams.1@us.af.mil. Any questions regarding this acquisition should be directed to Alana Williams, (937) 656-7392 or Michael Webb, (937) 656-7446 or email, michael.webb.34@us.af.mil. Any questions regarding this acquisition should be directed to:� Alana Williams Alana.Williams.1@us.af.mil (937) 656-7392 PROVISIONS AND CLAUSES NOTE: This is an acquisition of a COMMERCIAL SERVICE. The following FAR and DFARS provisions and clauses apply to this solicitation. This list is not all-inclusive. FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.212-1 Instructions to Offerors -- Commercial Items FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.243-1 Changes-Fixed-Price DFARS 252.211-7003 Item Unique Identification and Valuation 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 AFFARS 5352.201-9101 OMBUDSMAN AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad66f064a6cf4b27a5d4529db43d1b4c/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN05550109-F 20200205/200203230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.