This is a combined synopsis/solicitation for commercial services 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; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3202304AC01 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. This acquisition will be full and open as unrestricted; the North American Industry Classification System (NAICS) code is 515210. The business size standard is $15,000,000.00.
The following solicitation is for an IPTV subscription for Tyndall AFB. The award resulting from this RFQ will be for a period of (1) year.
Contract Line Item Numbers (CLINS):
0001: IPTV Subscription in accordance with the attached Statement of Work (SOW). The projected period of performance is for 10 Dec 2012 – 9 Dec 2013.
0002: Installation in accordance with the attached Statement of Work.
CLIN |
Description |
Quantity |
Unit of Issue |
Unit Price |
Total |
0001 |
IPTV Services for 400 users |
12 |
Months |
$_________ |
$___________ |
Option 1 |
for an additional 200 users up to 6400 users in increments of 200 users |
12 |
Months |
$_________ |
$___________ |
Option 2 |
Additional encoders up to 20 encoders in increments of 1 |
1 |
Each |
$_________ |
$___________ |
0002 |
Installation |
1 |
Lot |
$_________ |
$___________ |
· Services will be performed at Tyndall AFB, FL 32403.
Per FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following requirement will be lowest price technically acceptable (LPTA).
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:
52.204-10 – Reporting Executive Compensation and First Tier Subcontract Awards
52.204-99 (Dev)- System for Award Management Registration (Deviation)
52.209-6 – Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 – Instructions to Offerors—Commercial Items
52.212-2 – Evaluation - Commercial Items
52.212-3 Alt I – Offeror Representations and Certifications –Commercial Items
52.212-4 – Contract Terms and Conditions – Commercial Items
52.212-5(Dev) – Contract Terms & Conditions Required to Implement Statutes or Executive Orders—Commercial Items
52.219-1 Alt I – Small Business Program Representations
52.219-28 – Post-Award Small Business Program Rerepresentation
52.222-3 – Convict Labor
52.222-19 – Child Labor – Cooperation with Authorities and Remedies
52.222-21 – Prohibition of Segregated Facilities
52.222-22 – Previous Contracts and Compliance Reports
52.222-36 – Affirmative Action for Workers with Disabilities
52.222-41 – Service Contract Act of 1965
52.222-42 - Statement of Equivalent Rates for Federal Hires
52.222-50 – Combating Trafficking in Persons
52.223-18 – Contractor Policy to Ban Text Messaging While Driving
52.233-3 – Protest after Award
52.233-4 – Applicable Law for Breach of Contract Claim
52.237-2 – Protection of Government Buildings, Equipment, and Vegetation
52.252-1 – Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil)
52.252-2 – Clauses Incorporated by Reference (http://farsite.hill.af.mil)
52.252-6 – Authorized Deviations in Clauses
252.203-7000 – Requirements relating to the compensation of former DoD Officials
252.203-7002 – Requirement to inform employees of Whistleblower Rights.
252.212-7001(Dev) – Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Work Flow Payment Instructions
252.232-7010 – Levies on Contract Payments
252.245-7002 – Reporting Loss of Government Property
5352.242-9000- Contractor Access to Air Force Installations
5352.242-9001 – Health and Safety on Government Installations
5352.201-9101 – Ombudsman
Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov>) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information.
*All invoicing resulting from this award will submitted electronically through Wide Area Work Flow.
52.217-8 – Option to Extend Services
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 15 calendar days prior to contract expiration.
(End of clause)
Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN).
Please send quotes to SSgt Alex Potter (850-283-8599) at [email protected] NO LATER THAN 28 November 2012, 12:00 PM CST. Anticipated award date is shortly after receipt of quotes.
Document Type Description Pages Date___
Attachment 1 Statement of Work 3 Undated