Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
DOCUMENT

J -- Upgrade Existing Lenel OnGuard 2005 System - Offeror Representations and Certifications

Notice Date
9/19/2008
 
Notice Type
Offeror Representations and Certifications
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-Q-0679
 
Archive Date
10/9/2008
 
Point of Contact
Janet J Sheehan,, Phone: 315-330-2001
 
E-Mail Address
janet.sheehan@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of amendments or other pertinent information. FA8751-08-Q-0679 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) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 561621 and small business size standard is $11,500,000. The contractor shall provide the following items on a firm fixed price basis: Item 1: Upgrade existing Lenel OnGuard 2005 system to most current software version (SUSP-W-ADV-S), including Labor Item 2: Upgrade system to accept 128 doors. The current license is for 64 readers, which is the number of readers currently in use. Item 3: Upgrade to allow additional card holders on the system (this will correct invalid pin issues) Labor to complete the upgrade must be from a certified Lenel installer. The estimated period of performance is 60 days after receipt of award. The place of delivery, acceptance, and FOB destination point is Air Force Research Laboratory, Rome Research Site, 525 Brooks Road, Rome, Rome, NY 13441-4515. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Nov 2007), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Email quotes are due at or before 3 PM (EST) Wednesday 24 September 2008. Submit to: Janet.sheehan@rl.af.mil. (b)(4) Submit proof of Certified Lenel Installer. Please ensure at least all specifications noted above are addressed in the quote. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies. Paragraph (a) - the following evaluation factors shall be used, both of equal importance: Price and Past Performance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (B) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Dec 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2007) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) 252.247-7023 Alt III, Transportation of Supplies by Sea Alternate III (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS provisions and clauses also apply: 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 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 proposal that your company is able to submit electronic invoices as set forth in the clause. 5352.242-9000. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (ACCESS TO ROME RESEARCH SITE) (JAN 2008) (a) The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, AFI 31- 501, Personnel Security Program Management, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6b3c00466379c2c86d4a1e420d523630&tab=core&_cview=1)
 
Document(s)
Offeror Representations and Certifications
 
File Name: Offeror Representations and Certifications (Offeror Representations and Certifications--Commercial Items (Dec 07).doc)
Link: https://www.fbo.gov//utils/view?id=3b32ed1f7eadb1e11617b3259ef163a2
Bytes: 28.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01676114-W 20080921/080919220728-6b3c00466379c2c86d4a1e420d523630 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.