Wyoming Bids > Bid Detail

VTC System Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159837723640183
Posted Date: Mar 29, 2023
Due Date: Apr 3, 2023
Solicitation No: FA461323Q1011
Source: https://sam.gov/opp/8283009420...
Follow
VTC System Maintenance
Active
Contract Opportunity
Notice ID
FA461323Q1011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 29, 2023 11:50 am MDT
  • Original Published Date: Mar 20, 2023 02:57 pm MDT
  • Updated Date Offers Due: Apr 03, 2023 10:00 am MDT
  • Original Date Offers Due: Apr 03, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 18, 2023
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DE01 - IT AND TELECOM - END USER: HELP DESK; TIER1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOLS (LABOR)
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

29 Mar 23 / Amendment 2 - Questions and Answers Posted.



20 Mar 23 / Amendment 1 – Corrected Questions Due Date.





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1011



Purchase Description: Video Teleconferencing (VTC) System Maintenance



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1011, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34M.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-01 effective 12/30/2022, Defense Federal Acquisition Regulation Supplement Change 03/01/2023 effective 03/01/2023 and Air Force Federal Acquisition Regulation Supplement Change 03/01/2023 effective 03/01/2023.



DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination.



Maintain, sustain, and identify faults in the existing VTC System in the Wing Conference Room at



F. E. Warren AFB, WY. Technician must have qualifications to work on Creston Systems and Tesira Forte Certifications IAW Attachment 1 – Statement of Objective (SOO). Attachment 1b – Supplemental Information will be included in the contract as a supplement to the Contractor Performance Work Statement (CPWS).



CLIN 0001: VTC System Maintenance – (Base Year Estimate: 1 May 23 – 30 Apr 24)



Quantity: 12 Unit of Issue: Monthly



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 1001: VTC System Maintenance – (Option Year 1 Estimate: 1 May 24 – 30 Apr 25)



Quantity: 12 Unit of Issue: Monthly



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 2001: VTC System Maintenance – (Option Year 2 Estimate: 1 May 25 – 30 Apr 26)



Quantity: 12 Unit of Issue: Monthly



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 3001: VTC System Maintenance – (Option Year 3 Estimate: 1 May 26 – 30 Apr 27)



Quantity: 12 Unit of Issue: Monthly



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 4001: VTC System Maintenance – (Option Year 4 Estimate: 1 May 27 – 30 Apr 28)



Quantity: 12 Unit of Issue: Monthly



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________



Total Price of base year and all four options: $________________





ESTIMATED PERIOD OF PERFORMANCE (PoP):



Base Year – 1 May 23 – 30 Apr 24



Option Year 1 – 1 May 24 – 30 Apr 25



Option Year 2 – 1 May 25 – 30 Apr 26



Option Year 3 – 1 May 26 – 30 Apr 27



Option Year 4 – 1 May 27 – 30 Apr 28



PLACE OF PERFORMANCE: F. E. Warren AFB, WY





ATTACHMENTS:



Attachment 1 – SOO dated 17 Mar 23



Attachment 1a – Supplemental Information dated 17 Mar 23



Attachment 2 - Additional Applicable Provisions and Clauses



Attachment 3 - 90 MW VTC Site Visit



Attachment 4 – Wage Determination 2015-5405 Revision 19 dated 27 Dec 22



Attachment 5 - FEW DVES VirtualPassProcedures





SITE VISIT Requests must be emailed to budd.butcher@us.af.mil and trisha.lamarr@us.af.mil no later than 10:00 AM Mountain Time (MT) on Thursday, 23 Mar 23. Review Attachment 3, 90 MW VTC Site Visit for details.



ALL RFQ Questions must be emailed to budd.butcher@us.af.mil and trisha.lamarr@us.af.mil no later than 10:00 AM MT on Wednesday, 29 Mar 23. Questions will not be answered via telephone.



RESPONSES/QUOTES must be received no later than Monday, 3 Apr 2023; 10:00 AM (Mountain Time). Forward responses by e-mail to budd.butcher@us.af.mil, and trisha.lamarr@us.af.mil. Late quotes will not be accepted.



The anticipated acquisition schedule is as follows:




  1. Requests for site visit must be received via email by 10:00 AM MT on Thursday, 23 Mar 2023. In addition to email attendees must register on FEW DVES (See Attachment’s 3 and 5)

  2. Site Visit scheduled for 07:30 AM MT on Tuesday, 28 Mar 2023, details attached (Attachment 3); subject to change.

  3. Questions due by 10:00 AM MT on Wednesday, 29 Mar 2023.

  4. RFQ Due: No later than 10:00 AM MT on Monday, 3 Apr 2023.

  5. Estimated Contract Award: Thursday, 11 Apr 23.



This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in the Attachment 2. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor.



FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (MAR 2023)



FAR 52.212-1 is hereby tailored as follows:



(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



(4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



(1) Price quote which identifies the requested service to include base year and all options



(2) Total Firm Fixed price



(3) Any Discount Terms



(4) Ability to meet the requested Period of Performance



(5) Technical Submission Requirements (specified in FAR 52.212-2 below)



(i) Contractor Performance Work Statement (CPWS) that clearly show it meets the requirements identified in Attachment 1 – Statement of Objective (SOO)



(6) Cage Code and/or Unique Entity ID



(7) Cover page to include:



(i) Company Name



(ii) Physical Address



(iii) Point of Contact



(iv) Phone number



(v) Email address



(vi) Business Type



(vii) GSA Contract number if this service is on that GSA Contract (must include copy of contract with the requested service with quote)





FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021)



FAR 52.212-2 is hereby tailored as follows:



(a) 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 factors shall be used to evaluate offers:



(i) Technical capability of the item offered: meets the Government requirement/specifications as identified in the Contractor Provided Performance Work Statement (CPWS) that clearly show it meets the requirements of Attachment 1 - Statement of Objectives (SOO).



(ii) Price: Award will be made to the lowest priced technically acceptable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



(b) The Government will evaluate quotes in accordance with the following evaluation criteria:



(i) The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



(ii) Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all option years and optional six-month extension price. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror’s Option Year 4 prices to the offeror’s total price. Thus, the offeror's total price for the purpose of evaluation includes the base period and all option periods. Offerors are required only to price the base and option periods.



Evaluation of options shall not obligate the Government to exercise the options.



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >