Federal Bid

Last Updated on 19 Feb 2016 at 9 AM
Combined Synopsis/Solicitation
Force Pennsylvania

VTC Maintenance

Solicitation ID FA8751-16-Q-0133
Posted Date 03 Feb 2016 at 5 PM
Archive Date 19 Feb 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Force Pennsylvania United states
**Amendment No. 1 dated 3 February 2016 hereby adds a Questions & Answers document to the attachments**

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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-16-Q-0133 is issued as a "request for quotation (RFQ)".

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20151230. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a Small Business Set-Aside under NAICS code 811212 and small business size standard average annual receipts of $27.5 M.

The contractor shall provide the service on a firm fixed price basis as described in the Performance Work Statement (PWS) for VTC Maintenance (Attachment 1) dated 17 December 2015, also see the applicable Wage Determination (Attachment 3.

Period of Performance will be one (1) Year: 15 February 2016 - 15 February 2017

52.237-1 -- Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visits may be scheduled upon request.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3PM, 4 February 2016. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected] Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the service being offered in sufficient detail for the Government to evaluate the technical capability of the service offered to meet the Government requirements. Include any documentation necessary to demonstrate compliance with the services listed and the terms and conditions set forth in the solicitation and its attachments.

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) Technical capability of the service offered to meet the Government requirement;
(ii) Price

All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I.

252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION

252.209-7991, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2016 APPROPRIATIONS

For your convenience all referenced certifications are attached to this solicitation. (Attachment 2)

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.219-6, Notice of Total Small Business Aside

52.219-28, Post Award Small Business Program Re-representation

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers With Disabilities

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment By Electronic Funds Transfer-System For Award Management
52.239-1, Privacy or Security Safeguards

52.222-17, Nondisplacement of Qualified Workers

52.222-41, Service Contract Labor Standards

52.222-42, Statement of Equivalent Rates for Federal Hires (Attachment 3)

This Statement is for Information Only: It is not a Wage Determination.

Employee Class Monetary Wage -- Fringe Benefits

23183 Electronics Technician Maintenance III WG-2 $25.36 +$4.27 = $29.63

52.222-55, Minimum Wages Under Executive Order 13658

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.204-16, Commercial and Government Entity Code Reporting

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7005, Representation Relating to Compensation of Former DoD Officials_____

252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

(a) Definitions. As used in this provision-
"Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015).

(b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015), shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.

(c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award.

(d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of-

(1) Why a particular security requirement is not applicable; or

(2) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.

(e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract.

252.204-7011, Alternative Line Item Structure

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7031, Secondary Arab Boycott of Israel

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

252.239-7017, Notice Of Supply Chain Risk

252.239-7018, Supply Chain Risk

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies by Sea - Basic

252.247-7024, Notification of Transportation of Supplies by Sea

5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: [email protected].

5352.223-9001, Health and Safety on Government Installations

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.

Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

The following provision also applies to this solicitation:

All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 16 Sep 2014 at 2 PM
Location Unknown 02 Jul 2014 at 7 PM
Washington District of columbia 05 Feb 2018 at 4 PM
California 17 Aug 2022 at 7 AM

Similar Opportunities

Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Edwards California 15 Jul 2025 at 11 PM
Edwards California 15 Jul 2025 at 11 PM