SOLICITATION NOTICE
63 -- Instrusion Detection System
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XHC30188A002
- Archive Date
- 9/17/2010
- Point of Contact
- Nicholas A. Northam, Phone: 334-953-5036, Wayne Green, Phone: 334-953-1613
- E-Mail Address
-
nicholas.northam@maxwell.af.mil, wayne.green@maxwell.af.mil
(nicholas.northam@maxwell.af.mil, wayne.green@maxwell.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHC30188A002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-29 (19 Jan 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20090115. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies/Services and SOW: NAICS Code: 238210; size standard: $14 Million The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: The Government has a requirement to purchase and install an Intrusion Detection System in Bldg 1401 that consist of the items listed below. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 2 September 2010, 12:00 p.m CST. This acquisition is for the purchase of the following items: CLIN 0001: One (1) Intrustion Detection System (IDS), to include the following: (1 - Alarm Panel, 1- Alarm Panel Cabinet, 1 - Power Supply, 1 - RTE Button, 5 - Door Sensors, 7 - 360 Degree Motion Sensors ) CLIN 0002: Installation: (To include: 1 yr warranty on Labor, and 18 month warranty on Parts) QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, Buy American Act Certificate with quotation. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." Award will be based on technical acceptability and price. An offer will be determined technically acceptable if no exception is taken to the specifications (0001 - 0002). Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007) 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003) 252.204-7004, Alternate A (Nov 2003) By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2009), and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-8, Utilization of Small Business Concerns (May 2008), 52.219-14, Limitation on Subcontracting (Dec 1996), 52.219-28, Post Award Small Business Program Rerepresentation (Jun 2007), 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor- Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees (Dec 2007), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2009) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008), 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), 252.243-7002, Requests for Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002). 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following provisions apply: By reference: FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (Jun 2008) FAR 52.212-3, ALT 1 (APR 2002) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFARS 252.212-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009) By full text: FAR 52.212-1 -- Solicitation Provisions Incorporated by Reference (Jul 2008) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this notice shall be provided in writing via e-mail to: SSgt Nicholas Northam, at nicholas.northam@maxwell.af.mil. All responses shall be received NLT 12:00 PM CST on 2 September 2010. Email is the preferred method. Points of Contact: SSgt Nicholas Northam, Contracting Administrator, Phone (334) 953-5036, Fax (334) 953-3527.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC30188A002/listing.html)
- Place of Performance
- Address: Maxwell AFB, Bldg 1401, Montgomery, AL 36112, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN02256552-W 20100828/100827000315-5c8e6672fcd3e9a6fb35b35ed838ce53 (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 |