Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
MODIFICATION

63 -- Installation of an Intrusion Detection/Surveillance/Access Control System

Notice Date
8/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-12-Q-1110
 
Point of Contact
Christina L. Barr, Phone: 2109775485
 
E-Mail Address
christina.barr.2@us.af.mil
(christina.barr.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote Number FA8307-12-Q-1110 is being issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-60, DPN 20120724 and AFAC 2012-0330. This requirement is a 100% small business set-aside. The associated North American Industrial Classification Standard (NAICS) Code is 334290, Other Communications Equipment Manufacturing, which has a Small Business size standard of 750 personnel. Attachments: Statement of Work, Attachment 1 Equipment Listing, Attachment 2 Redacted J&A, Attachment 3 Payment will be processed through DFAS Limestone. All invoices and receiving reports will be submitted via Wide Area Work Flow (WAWF). The detailed process will be outlined in the purchase order. All packages and shipping papers shall be marked with the order number to permit effective pricing and timely payment. The Air Force Life Cycle Management Center, Cryptologic Systems Contracting Division (AFLCMC/HNCKS) at Lackland AFB, TX, intends to award a Firm Fixed Price Purchase Order to procure the installation of an intrusion detection/surveillance/access control system. This requirement will be accomplished using other than full and open competition procedures for commercial items. A brand name justification has been submitted and approved for this requirement. The following items/services are requested: Description: Install Intrusion Detection/Surveillance/Access control Systems in accordance with the attached Statement of Work (SOW).. Provide/perform other related services in accordance with the attached SOW. The FOB/installation point for this requirement is: 4241 E. Piedras Dr., Ste 210 San Antonio, TX 78228 The right to make no award is reserved in the event it is advantageous for the Government to do so. The following provisions and clauses are applicable to this acquisition: FAR Clause 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item (s) offered to meet the Government requirement, (ii) delivery; and (iii) price. Technical capability is significantly more important than delivery or price combined. Delivery and price are equally important. (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. Offerors are to complete the attached equipment proposal sheet (Attachment 2) and provide a copy with their quote. Government personnel will evaluate the proposed equipment against the Statement of Work equipment specifications for technical acceptance. The following technical factor shall be used to evaluate offers: Best Value. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (o) of this provision and provide a copy of their representations and certifications with their quote. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012) FAR Clause 52.212-4, Addendum to Contract Terms and Conditions -- Commercial Items (Feb 2012) Clause is hereby tailored as follows: (a) The place of inspection, acceptance, and FOB is destination. FAR Clause 52.212-5, Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial (Jul 2012) - Clauses applicable to clause 52.212-5 are: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR Provision 52.237-1, Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit for this project will be held on: 23 August 2012 at 2:00 PM, Central Standard Time (CST) If attending the site visit please provide the name, organization affiliation, and contact information (phone number and/or email address) of each attendee to the Government point of contact no later than 1:00PM CST on 22 August 2012. No other site visit will be scheduled for this project. FAR Clause 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 Clause 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/. DFAFS Clause 252.211-7003, Item Identification and Valuation (Jun 2011) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012) - Clauses applicable to 252.212-7001 are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate III DFARS Clause 252.232-7010, Levies on Contract Payments (Dec 2006) AFFARS Clause 5352.201-9101, Ombudsman (Apr 2010) The following is applicable to the AFLCMC ombudsman: AFLCMC/DS at (703) 377-5106, FAX (781) 377-4659, or email esc.ombudsman@hanscom.af.mil All quotes must include the following Contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) Point of Contact (POC) and (4) POC contact information. If a change occurs in this requirement only those offerors that respond to this announcement with the required time fram will be provided with any changes/amendments and considered for future discussions, if applicable, and/or award. Interested firms must indicate whether they are a small, small-disadvantaged, 8(a), or woman owned business, and whether they are U.S. or foreign owned. Government Points of Contact All questions regarding this solicitation must be submitted in writing on or before 27 August 2012 and must reference the solicitation number. All quotes must be received in this office by 4:00 p.m. CST on 4 September, 2012, addressed to the attention of Christina Barr, via email at esc.hncks@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-Q-1110/listing.html)
 
Place of Performance
Address: 4241 E. Piedras Dr., Ste 210, San Antonio, Texas, 78228, United States
Zip Code: 78228
 
Record
SN02861965-W 20120901/120831000046-319afa9d1ee515156282609047aa850a (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.