Federal Bid

Last Updated on 13 Aug 2014 at 8 AM
Combined Synopsis/Solicitation
Plaza North dakota

Siemens reinstall

Solicitation ID F2XTB94115A001
Posted Date 25 Jul 2014 at 7 PM
Archive Date 13 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Plaza North dakota United states

I. GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for proposal for F2XTB94115A001 - Document Support. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-74 (01 Jul 14) and the DPN 20140721 effective 21 July 14.

A Firm Fixed Priced Award will be made in accordance with the following:

NAICS Code: 541512, size standard $27.5 Million

The Defense Priorities and Allocations System rating is S10.

Notice to Offeror(s): THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. THIS REQUIREMENT IS SUBJECT TO THE AVALIBILITY OF FUNDS.

II. NATURE OF ACQUISITION:

Maxwell AFB has a requirement to purchase the below listed services. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 29 July 2014, 1:00 P.M CST.

III. SCHEDULE OF SUPPLIES/SERVICES:


The contractor shall provide the service listed below, which is to be performed on Maxwell, AFB. This is a BRAND NAME ONLY requirement for F2XTB94115A001. This is open to the Original Equipment Manufacturer and any Authorized Distributors of these products. Firm fixed pricing is being sought. This is being solicited in accordance with FAR 13.

CLIN 0001: De-Install Siemens System in 908 AW Command Post

CLIN 0002: Re-Install Siemens Systems in 908 AW Command Post

CLIN 0003: Miscellaneous cost reimbursement for potential replacement parts

*All work is to be performed in accordance with (IAW) the attached Performance Work Statement (PWS).

IV. PROPOSAL PREPARATION INSTRUCTIONS

To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.

1. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

2. If offerors ORCA Representations and Certifications are not current, then they must include a completed copy of the provisions at FAR 52.212-3, and Alternate I, Offeror Representations and Certifications - Commercial Items. Incomplete or expired Representations and Certfications will render a proposal as non-responsive and it will not be considered.

3. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS.

4. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.

IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.

V. BASIS FOR AWARD


Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation (see Quotation Preparation Instructions, Para a.) will be determined technically acceptable. Award will then be based on lowest price that was technically acceptable.

VI. CONTRACT TERMS AND CONDITIONS:

The following provisions and clauses apply:

By reference:

The following provisions are included:

52.204-7, System for Award Management
52.212-1, Instructions to Offerors- Commercial Items
52.212-2, Evaluation - Commercial Items
52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items
252.204-7004 Alt A, System for Award Management

The following clauses are included:

52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, System for Award Management Maintenance.
52.212-4, Contract Terms and Conditions-Commercial Items.
52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items The following FAR Clauses cited in this clause also applies:
52.203-6, Restrictions on Subcontractor Sales to the Government
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment.
52.219-28, Post Award Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and
Other Eligible Veterans
52.222-40, Notification of Employee Rights under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-13, Restriction on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim.
52.222-41, Service Contract Act of 1965
52.222-43, Fair Labor Standards Act and Service Contract Act
52.222-17, Non-Displacement of Qualified Workers
52.237-2, Protection of Government Buildings, Equipment, and Vegetation.

DFARS Clauses:

252.203-7000, Requirements Relating to Compensation of Former DOD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.
252.232-7003, Electronic Submission of Payment Requests
252.232-7006, Wide Area WorkFlow Payment Instructions
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001, Pricing of Contract Modifications

By Full Text:


52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/

52.252-2, Clauses Incorporated by Reference (Feb 1998)

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/these address(es):
http://farsite.hill.af.mil/

AFFARS Clauses:


5352.201-9101 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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: [email protected] or [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.

(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)


Special Instruction 114 Required Posters (February 2003)

Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.

http://www.dol.gov/osbp/sbrefa/poster/main.htm

(End of Clause)

Special Instruction 119 Wawf-Electronic Submission Of Invoice (May 2006)
Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS."

Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2

The following information codes will be required to submit your invoices correctly through WAWF:

Select Type Of Invoice:
Contract Specialist/Administrator select only one (1) of the following:


1
Invoice and Receiving Report (Combo)
(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended.


0
Construction Invoice
(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept).

Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER)

Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable)

Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.

The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment.

Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base.

Admin DoDAAC: Block 16 (Administered by) of SF1449)

Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued.
Ship-From Code: Not a required field for Air Force contracts.

Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.

Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.

LPO DoDAAC/Ext: Not a required field for Air Force contracts.

Additional E-Mail Notifications: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing:

Receiver/Acceptor: [email protected]

Contract Specialist: [email protected]

Contracting Officer: [email protected]

In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.

(End of Clause)

Points of Contact:

Wayne Green
Contracting Specialist
Phone (334) 953-7799, Fax (334) 953-3527
[email protected]

Kevin Albertson
Contracting Officer
Phone (334) 953-6569, Fax (334) 953-3527
[email protected]

 

 

Bid Protests Not Available

Similar Past Bids

Eagle Michigan 17 Jun 2009 at 12 PM
Pelican Louisiana 01 Aug 2009 at 4 PM
Columbus Ohio 21 Feb 2007 at 5 AM
Pelican Louisiana 10 Aug 2009 at 3 PM
Lackland air force base Texas 10 Apr 2018 at 5 PM