**Amendment 1 dated 27 June 2023 hereby extends the RFQ until 3:00 PM EST 6 July 2023
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; Offers 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 FA875123Q0118 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) 2023-04 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230609.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as total small business set aside under NAICS code 561621 and small business size standard average annual receipts of $22M.
The contractor, on a firm fixed price basis, shall provide the Facility Surveillance System Maintenance for the Air Force Research Laboratory, Information Directorate (AFRL/RI), Rome NY, as well as the Newport and Stockbridge Test Sites, in accordance with the attached Performance Work Statement (PWS) dated 19 May 2023 (reference Attachment No. 1).
The anticipated period of performance is 16 September 2023 through 15 September 2024, plus four (4) option years. If all options are exercised, performance would conclude 15 September 2028.
A Secret Facility Clearance is required for this effort. The successful offeror will be required to complete blocks 2a, 2b, 6a, 6b, and 6c. Then submit the attached draft DD Form 254, Attachment 5.
Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Ashley.Ellinger@us.af.mil with a copy to Jenna.Tarbania@us.af.mil.
SITE VISIT - An organized site visit has not been scheduled. If required, please contact the Contract Specialist (Ashley.Ellinger@us.af.mil) no later than 3PM EST 22 JUN 2023 in order to coordinate.
The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition.
Addendum to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, (Eastern Time) 06 JUL 2023. Submit by email to Ashley.Ellinger@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.
Please provide a breakout of your price as demonstrated by the proposed CLIN Structure in Attachment No. 2, Price Schedule.
(b)(4) Submit a technical description of the items being offered.
(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 and waive informalities and minor irregularities in offers received.
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services 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 approximately equal importance.
NOTE: For price evaluation purposes, each offeror’s Total Evaluated Price (TEP) will consist of the grand total of maintenance and replacement parts for the base and all option years. As such, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s).
The labor rates for additional cameras installed pursuant to PWS paragraph 1.1.4 will be made effective at contract award, but the actual number of hours to be used is not known.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, as well as the following:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.239-7009, Representation of Use of Cloud Computing
For your convenience all referenced certifications are attached to this solicitation. Attachment No. 3.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.
The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows:
(a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application
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 DEVIATION 2020-O0008
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
52.224-3, Privacy Training
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
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
This Statement is for Information Only:
(It is not a Wage Determination)
Employee Class Monetary Wage -- Fringe Benefits
23182, Electronics Technician Maintenance II $27.38 + $4.80 = $32.18 H&W
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts)
52.222-55, Minimum Wages Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-2 Security Requirements
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.232-18, Availability of Funds
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 DoD Antiterrorism Awareness Training for Contractors
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7004 Drug Free Work Force
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems DEVIATION 2020-O0015
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation DEVIATION 2020-O0015
252.227-7015, Technical Data--Commercial Products and Commercial Services
252.227-7037, Validation of Restrictive Markings on Technical Data
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
252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7010, Cloud Computing Services
252.239-7017, Notice Of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Products and Commercial Services
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil
5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements
5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations
All responsible organizations may submit a quote, which shall be considered.