Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

58 -- Mass Notification System - Existing PA System

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
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
F2XHD92202A001
 
Archive Date
10/5/2012
 
Point of Contact
Lance Daniel Haywood, Phone: 334-953-7393, Jeremy B. Kersey, Phone: 334-953-4074
 
E-Mail Address
lance.haywood1@maxwell.af.mil, jeremy.kersey@maxwell.af.mil
(lance.haywood1@maxwell.af.mil, jeremy.kersey@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached is a scaled drawing of the second floor. The attached is a scaled drawing of the first floor. This attachment shows the existing PA system setup. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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 F2XHD92202A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-60 (27 Aug 2012) and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120829. A Firm Fixed Priced Award will be made in accordance with the attached Statement of Objectives (SOO): NAICS Code: 334290; size standard: 750 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY USING FULL AND OPEN COMPETITION. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: Squadron Officer College (SOC) on Maxwell AFB has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 20 Sept 2012, 4:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item items: CLIN 0001: Equipment and Materials in accordance with (IAW) Attachment 1, Statement of Objectives (SOO) CLIN 0002: Installation and Labor for CLIN 0001 QUOTATION PREPARATION INSTRUCTIONS 1. 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. a. PRICE: The offeror must submit a signed and dated quote on company letterhead. Insert proposed unit price and extended prices on Attachment 2, Price List in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. TECHNICAL ACCEPTABILITY: Offerors shall provide the following information so that an assessment of the offeror's technical ability to satisfy the requirement can be made: Mass Notification System Design: Offerors shall provide a complete solution for the installation of a Building-wide Mass Notification System (MNS) in accordance with paragraphs 1.0 through 4.0 of the SOO. Solution shall contain drawings, narrative explanation of drawings, and a complete list of parts to include all associated materials to provide minimum operational capability, as defined in para 1.0 of the SOO. c. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. f. 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 https://www.sam.gov/portal/public/SAM/ or by calling 1-888-227-2423. IMPORTANT NOTE: Neither Multiple Offers nor Multiple Awards will be considered. A single award is anticipated to be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price as follows: Technical Acceptability: The government will evaluate offeror's quote on a on a pass/fail basis by assigning a ratings of "Acceptable" or "Unacceptable. Offerors will be determined technically acceptable based on the following criteria: Mass Notification System Design: The government will evaluate the offeror's complete solution for the installation of a Building-wide Mass Notification System (MNS) in accordance with paragraphs 1.0 through 4.0 of the SOO for acceptability. Drawings, narrative, and parts list will be evaluated based on how well design can provide minimum operational capability as defined in para 1.0 of the SOO. All technical acceptable offerors will be evaluated for price. Award will be made to the lowest priced offeror that is determined technically acceptable. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.204-9 - Personal Identity Verification of Contractor Personnel 52.211-17 - Delivery of Excess Quantities 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-4 - Applicable Law for Breach of Contract Claim. 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt A - Central Contractor Registration 252.211-7008 - Use of Government-Assigned Serial Numbers 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.252-2 CLAUSES INCORPORATED BY REFERENCE 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/vffara.htm (End of Clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Related to Compensation of Former DoD officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea, with its Alt III The following DFARS clause is also being incorproated. 252.211-7003 Item Identification and Valuation AFFARS 5352.201-9101 Ombudsman (April 2010) (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 or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: stephen.wales@maxwell.af.mil Contract Specialist: lance.haywood1@us.af.mil Contracting Officer: rose.jordan.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 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/vfdfara.htm. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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/vffara.htm (End of Provisions) SITE VISIT A site visit will be held for this solicitation. The site visit is scheduled for 10 Sep 2012 at 9:00 a.m CDST. at: Building 1403 Maxwell AFB, 36112. All vendors interested in attending the site visit must submit a written request to Mr. Lance Haywood, lance.haywood.1@us.af.mil. Request must include the names, titles and telephone numbers of the individuals that will be attending. The request must be submitted not later than 7 Sep 2012 at 4:00 p.m. Offerors are urged and expected to inspect the site where performance is required 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. Responses to this notice shall be submitted to: 42d Contracting Squadron/LGCA, Attention: Lance Haywood, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334. All responses shall be received NLT 4:00 PM CST on 20 Sept 2012. Points of Contact: Lance Haywood, Contract Specialist, lance.haywood.1@us.af.mil, 334-953-7393, Fax (334) 953-3543. Alternate POC is Jeremy Kersey, jeremy.kersey.1@us.af.mil, 334-953-4074, Fax (334) 953-3543. LIST OF ATTACHMENTS: Attachment 1 Statement of Objective (SOO) Attachment 2 Price List (Vendor's proposal should include a list of components offered along with prices.) ATTACHEMENT 1 STATEMENT OF OBJECTIVES FOR REPLACE MASS NOTIFICATION SYSTEM IN SQUADRON OFFICER COLLEGE, B1403 1.0 DESCRIPTION OF SERVICES Design, provide, and install Building-wide Mass Notification System (MNS) to include central control station, indoor control units, amplifiers, speakers, strobes, and associated materials to provide minimum operational capability. Minimum operational capability is defined as the ability to notify (audibly as well as visually) all areas of the building, to include exterior courtyards and auditoriums, from a central location in the event of an emergency and to perform mandatory readiness exercises. The new system should be digital, centralize the control system, replace faulty wiring, upgrade speakers to new standards, minimize equipment, be audible in all classrooms, offices, and meeting areas, and integrate with base MNS. Operators in Bldg 1403 must be able to control from the central control station the types and frequency of messages broadcast within the building as well as the schedule of periodic testing of system. Also, new MNS must include a telephone interface so warnings could be initiated by a phone call (should require user to input a pass code for access), either activating pre-recorded messages or providing live communications. Indoor speakers should be mounted in hallways only, but must be audible in all classrooms and offices during normal operations even when doors are closed. Existing MNS to be removed. 2.0 SOFTWARE All software must be fully compatible with operating systems and web browsers as required for use, testing, and certification to operate by DOD, Air Force or base communications squadron. 3.0 SOFTWARE LICENSING All software, upgrades and patches etc. provided under this contract are considered fully licensed to the US Government. No additional license fees will be levied against the Government as a result of work performed under this contract. 4.0 SOFTWARE SECURITY All Commercial off the Shelf (COTS) software must comply with Air Force and DoD Information Assurance standards as outlined in AFI 33-210, Air Force Certification & Accreditation Program, and DoDI 8510, DoD Information Assurance Certification and Accreditation Process. 5.0 UPGRADE REQUIREMENTS Vendor shall notify the government of application patches and security concerns. Application upgrades from the existing version to future versions will occur incrementally, with adequate production testing after each incremental upgrade. Any performance issues incurred as a result of the upgrade must be resolved prior to continuing the upgrade process. The contractor will provide user training (to include any user manuals), familiarization, and training for operation and maintenance associated with any application upgrades. 6.0. Quality Assurance and Testing Vendor shall perform quality assurance and successful testing in the presence of the facility management staff before the project will be considered complete. Testing will involve verbal microphone as well as verbal telephone announcements to ensure ease of use of system and coverage over facility and courtyards. Testing will also demonstrate the functionality of the central control station with regard to the control of types and frequency of messages broadcast within the building as well as the schedule of periodic testing of system from the central control station. 7.0 WARRANTY The warranty period on all services, hardware and software provided to include upgrades and maintenance support will be a minimum of one year. The contractor must indicate how the Government will receive product updates, upgrades and bug fixes. ATTACHEMENT 2 PRICE LIST (expand table as needed) CLIN 0001: Equipment and Materials Item Description Manufacturer and Part number Quantity Unit Unit Price Extended Price Total CLIN 0002: tiny_mce_marker_____________ CLIN 0002: Labor and Installation for CLIN 0001 Item Description Labor Category Quantity Unit Unit Price Extended Price Total CLIN 0002: tiny_mce_marker_____________ Total CLINs 0001 and 0002: ________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHD92202A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Montgomery, Alabama, 36109, United States
Zip Code: 36109
 
Record
SN02865919-W 20120906/120904235559-671e2c048ce537f63921f23412d862b8 (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.