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
MODIFICATION

63 -- Replace Card Access System - Q&As

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
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
FA8751-12-R-0050
 
Archive Date
9/22/2012
 
Point of Contact
John J Haberer, Phone: 315/330-1941
 
E-Mail Address
john.haberer@rl.af.mil
(john.haberer@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Q&As / Clarifications *** 04 SEP 2012 - PRE-PROPOSAL SITE VISIT Q&A AND CLARIFICATIONS POSTED *** *** 30 AUG 2012 - Amendment No. 1 dated 30 Aug 2012 to add the Wage Determination and Guidance and to extend the due date*** In accordance with FAR 22.402(b) AFRL/RIKO has determined this requirement as not primarily for construction. However, it does contain requirement(s) for some construction work to be performed as listed below: 1. Removals of existing system components and cabling. 2. Installation of new cabling and conduit 3. Any connections to building power or communication systems required for new system 4. Finishes (IE. Caulking, Paint, Masonry, Carpentry) to ensure areas where new card access system components are installed and/or old components are removed remain water tight and match the existing building finishes. The requirements of FAR 22.407 including the following clauses and attached Wage Determination will apply to the above listed construction work under this contract: 52.222-6, Davis-Bacon Act (JUL 2005) 52.222-7, Withholding of Funds (FEB 1988) 52.222-8, Payrolls and Basic Records (JUN2010) 52.222-9, Apprentices and Trainees (JUL 2005) 52.222-10, Compliance with Copeland Act Requirements (FEB 1988) 52.222-11, Subcontracts (Labor Standards) (JUL 2005) 52.222-12, Contract Termination-Debarment (FEB 1988) 52.222-13, Compliance with Davis-Bacon and Related Act Regulations (FEB 1988) 52.222-14, Disputes Concerning Labor Standards (FEB 1988) 52.222-15, Certification of Eligibility (FEB 1988) *** 20 AUG 2012 - ADDED ADDENDUM NO. 2 TO THE STATEMENT OF WORK *** This is a 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 solicitation; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-R-0050 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 561621 and small business size standard of average annual receipts of $12,500,000. The contractor shall provide the following items on a firm fixed price basis, including all costs of shipping FOB Destination: All labor, equipment, materials, and work required to replace existing card access system at Rome Research Site (RRS), Rome, NY 13441 with new system in accordance with attached Statement of Work (SOW) dated 02 July 2012 and SOW Addendum #1 dated 31 July 2012. CLIN: 0001 Unit: Lump Sum Description: Replace Card Access System, RRS Quantity: 1 An organized site visit has been scheduled for 9 AM (ET) MON 27 AUG 2012. Participants must contact the Contract Specialist no later than 3 PM (ET) THU 23 AUG 2012 in order to coordinate site access. SITE VISIT CONTACT: Bryant Soule AFRL/RIKO 26 Electronic Pkwy Rome NY, 13441 315-330-4723 tel Bryant.Soule@rl.af.mil Site visit participants will meet at the front gate visitor area on 525 Brooks Road, Rome NY 13441. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Total price must include shipping FOB destination. The required delivery date is 180 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome Research Site, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3PM (ET) FRI 07 SEP 2012. Submit to: AFRL/RIKO, Attn: John Haberer, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to John.Haberer@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. Offerors must submit a statement (one page maximum) describing how their proposal will meet the Government requirements set forth in the attached Statement of Work. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (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 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 FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) Technical acceptability of the item offered to meet the Government requirement; (ii) Past performance (iii) Price All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2012) and ALT I (APR 2011) must be completed electronically on the System for Award Management website via https://www.SAM.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3, 252.212-7000, 252.209-7998 and 252.209-7999 are attached to this solicitation. (Attachment No. 1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2012), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • 52.219-6, Notice of Total Small Business Aside (NOV 2011) • 52.219-8, Utilization of Small Business Concerns (JAN 2011) • 52.219-14, Limitations on Subcontracting (NOV 2011) • 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) • 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) • 52.222-35, Equal Opportunity for Veterans (Sep 2010) • 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • 52.222-37, Employment Reports on Veterans (Sep 2010) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 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) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: • 52.203-3 Gratuities (APR 1984) • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) • 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2012) • 252.225-7012 Preference for Certain Domestic Commodities (JUN 2012) • 252.227-7015, Technical Data - Commercial Items (DEC 2011) • 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012) • 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) • 252.243-7002 Requests for Equitable Adjustment (MAR 1998) • 252.247-7023, Transportation of Supplies by Sea (MAY 2002) • 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: (reference FAR 12.301) • 52.204-02 Security Requirements (AUG 1996) • 52.211-6, Brand Name or Equal (AUG 1999) • 252.204-7005, Oral Attestation of Security Responsibilities (NOV 2001) • 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) • 252.223-7004, Drug-Free Work Force (SEP 1998) • 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2012) • 252.232-7010, Levies on Contract Payments (Dec 2006) • 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements (MAR 2012) • 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. • 5352.223-9001, Health and Safety on Government Installations (JUN 1997) • 5352.215-9000, Facility Clearance (MAY 1996) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered. ATTACHMENT PAGES 1 - 52.212-3 Paragraph (b), 252.212-7000 4 252.209-7999, 252.209-7998 2 - DD 254 (to be attached later) 3 - SOW with Amendment No. 1 9 4 - UFGS Division 28 45 5 - Project Drawings dated 6/29/2012 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-R-0050/listing.html)
 
Record
SN02866521-W 20120906/120905000335-9d7820a71e57ecb849f912822ff6042b (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.