Federal Bid

Last Updated on 01 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Dobbins California

CATV Services for Dobbins ARB Lodging/Inn

Solicitation ID FA6703-13-T-0017
Posted Date 21 Aug 2013 at 1 PM
Archive Date 01 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa6703 94 Conf Pk
Agency Department Of Defense
Location Dobbins California United states

  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.

 The combined synopsis/solicitation FA6703-13-T-0017 is being issued as a Request for Quotes (RFQ) for commercial items and NonAppropriated Fund procedures. 

"This is a non-appropriated fund purchase and it does not obligate appropriated funds of the United States Government.  Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs.  This purchase does not involve federal tax dollars."

This solicitation is a released as full and open competition applicable to The North American Industry Classification System (NAICS) Code 517110 (Wired Telecommunications Carriers) and the Small Business Standard Size is 1,500 employees.

The contract type for this solicitation is Firm Fixed Price (FFP).

 Contract Line Items Numbers (CLINs):

 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 August 13.  

Item Number

Description

Qty

Unit

Unit Price

Total Price

0001

CATV Subscription, Basic + HBO for 220 drops at Dobbins ARB.   

 All work is to be accomplished in accordance with the attached Performance Work Statement dated 9 August 2013.

MO

3

 

 

1001 OPTION

CATV Subscription, Basic + HBO for 220 drops at Dobbins ARB.   

 All work is to be accomplished in accordance with the attached Performance Work Statement dated 9 August 2013.

MO

3

 

 

2001

OPTION

CATV Subscription, Basic + HBO for 220 drops at Dobbins ARB.   

 All work is to be accomplished in accordance with the attached Performance Work Statement dated 9 August 2013.

MO

3

 

 

3001

OPTION

CATV Subscription, Basic + HBO for 220 drops at Dobbins ARB.   

 All work is to be accomplished in accordance with the attached Performance Work Statement dated 9 August 2013.

MO

3

 

 

 Quantities are estimated and the contractor shall not exceed the quantities without authorization form the Contracting Officer.

 Period of Performance:

 Basic Period:  1 October 2013 - 31 December 2013
 O
ption Period 1:  1 January 2014 - 31 March 2014
 Option Period 2 : 1 April 2014 - 30 June 2014
 Option Period 3:  1 July 2014 - 30 September 2014

Place of Peformance:  Dobbins Air Reserve Base, Lodging/Inn Only (DARB), Marietta, GA 30069.  See Performance Work Statement for building numbers. 

NAF Invoice  Procedures: 

For vendors that accept credit card payment, email invoices to AFPC/FMNFP, Ms Rhonda Polasek ([email protected]), Ms Angela Arteaga  ( [email protected]), or Ms Cecilia Meras ([email protected]), and cc [email protected]. In addition please mail invoices to AFPC/FMNFL, 2261 Hughes Ave, Ste #15, Lackland AFB, 78236-3852; phone DSN 969-7451, commercial 210-395-7451.  If a vendor does not accept credit card payments, the invoice is to be emailed to AFPC/FMNFL, Ms. Sylvia Moreno ([email protected] and Ms. Esper Baldonado ([email protected]): phone 210-395-7117. 

The NAF General and Special Provision are attached and can also be found in the Policy & Training area of the AFNAFPO website:  http://www.afnafpo.com.

The following additional Provisions and Clauses apply to this solicitation and are incorporated by BY FULL TEXT:

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 30 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 10 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 18 months.                                                                                                                                   

 (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)

 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) The 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)

 BASIS OF AWARD:  Best Value.   Award will be made to the responsible offeror whose proposal conforms to all required terms and conditions, meets all requirements set forth in the solicitation and also provides the best value to the Government.

 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 quotes. 

SITE VISIT INFORMATION:  A pre-proposal site visit will be conducted on Wednesday, 28 August 13 at  1:30 P.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: [email protected] or fax (678-655-5612) not later than Monday, 26 August  13 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 prior to accessing the installation.  Some delays should be anticipated.

All questions shall be submitted in writing to [email protected].  

Submit quotes electronically via email to [email protected] and [email protected] NLT 2:00 P.M. EST, 16 September 13.  Faxed quotes will not be accepted.  POC for this solicitation is Cynthia Weaver, (678) 655-5115.

This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars.

Bid Protests Not Available

Similar Past Bids

Fpo Ap 31 Aug 2020 at 6 AM
San diego California 16 Dec 2022 at 11 PM
Holloman air force base New mexico 29 Jul 2010 at 7 PM
Location Unknown 09 Sep 2011 at 3 PM
Pike New hampshire 30 Dec 2008 at 5 PM