Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

N -- Motion Sensors - RFQ

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F1HTJB1294A001
 
Archive Date
1/21/2012
 
Point of Contact
Michael C. Hayes, Phone: 5306343310, Nigel J Prince, Phone: 530-634-9092
 
E-Mail Address
michael.hayes@beale.af.mil, nigel.prince@beale.af.mil
(michael.hayes@beale.af.mil, nigel.prince@beale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Need RFQ with attached Quote Sheet Wage Rate Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F1HTJB1294A001 is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. There is a 100% Small Business set-aside for this procurement. The North American Industry Classification code for this procurement is 561621 Security Systems Services. The Standard Industry Code for this procurement is 7382. The small business size standard for this procurement, as defined by the U.S. Small Business Administration, is $12.5 Million. The following is requested: 0001 - 01Lump Sum - Supply and installation of five (5) additional Honeywell IS-280CM 360 degree passive infrared motion sensor OR EQUAL, to be interfaced with a pre-existing alarm panel. Installation will be completed to satisfy included Statement of Need. Equal items need to have the same capabilites and features as the IS-280CM. Delivery/Installation shall be 60 days ADC to Bldg 2145 1st Floor, Room 105-109, Beale AFB, CA 95903 The following provisions apply to this solicitation and any resulting contract documents: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.214-31 Facsimile Bids FAR 52.237-1 Site Visit FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be lowest price technically acceptable. (End of Provision) The following clauses apply to this solicitation and resultant contract: FAR 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 address: http://farsite.hill.af.mil/ FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [Deviation] FAR 52.222-41 Service Contract Act of 1965 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-4 Inspection of Services - Fixed-Price FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic Hazardous Materials DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9001 Heath and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations [Deviation] FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Electronics Technician Maintenance III $31.66 HEALTH & WELFARE: $3.59 per hour or $143.60 per week or $622.27 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) (End of clause) The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Any "or equal" items listed in quotes require evaluation and acceptance by the Contracting Officer. Offers are due to the Contract Specialist by 06 January 2012 at 1600 (4:00 p.m.) PST, as outlined in the attached RFQ. Offers may be submitted by mail, e-mail, or facsimile to SSgt Michael Hayes (Michael.hayes@beale.af.mil). Please contact SSgt Hayes at (530) 634-3310 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1HTJB1294A001/listing.html)
 
Place of Performance
Address: Bldg 2145 1st Floor, Room 105-109, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN02637312-W 20111214/111212234010-2954c58d5154e6ec92c6d12d5832a6ce (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.