This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) FA4877-08-Q-0680 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-23. (iv) This procurement is being issued as 100% Set-Aside for a Total Service-Disabled Veteran-Owned Small Business under NAICS code 541360 with a Small Business Size Standard of $4.5M.
(v) The contractor shall provide the following:
1) LIDAR Topographical survey of Soto Cano AB, Honduras and the immediate surrounding area, performing obstruction analysis and generation of GIS contours from LIDAR data (See attached Performance Work Statement and Appendixes for Specifications) QTY:1 Each
Please ensure that all applicable fees are included into the price of line item 1.
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price. (x) Offerors must include a completed copy of the provision at, 52.204-8, Annual Representations and Certifications and submit with its offer. (xi) Clause 52.204-9, Personal Identity Verification of Contractor Personnel - contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (xii) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.222-3, Convict Labor 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restriction on Certain Foreign Purchases 52.204-7--Central Contractor Registration, 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.247-34--F.O.B.- Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 252.232-7003 Electronic Submission of Payment Requests, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, DM003 Important Information For Contractor, and 5352.201-9101 AF Ombudsman clause- ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas St, Suite 210, Langley AFB VA 23665-2791, phone (757) 764-5371, fax: (757) 764-4400, email: [email protected]. Proposals will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Tuesday 23 September 2008 1200 PST. Point of Contact is MSgt John Lindblom at e-mail [email protected], Phone (520) 228-5448 Fax (520) 228-5284.