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

J -- Upgrade Audio/Visual(AMX)

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT342216A002
 
Archive Date
9/29/2012
 
Point of Contact
Josiah Littrell, Phone: 8163987
 
E-Mail Address
josiah.littrell@us.af.mil
(josiah.littrell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number is F3ZT342216A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012; Defense DCN 20120724 effective 24 July 2012, and AFAC 2012-0330 effective 30 March 2012. This acquisition is a small business set aside. The North American Industry Classification System (NAICS) code is 811211. The business size standard is $7.0 Million. The Federal Supply Class (FSC) is J058. The Standard Industrial Classification (SIC) is 5895. 0001: MUST BE ABLE TO WORK WITH/ON AMX SYSTEMS. -Using the existing equipment, repair or replace as required, scrub the AMX processor, update the firmware, re-program the system from scratch using the existing/repaired/replaced equipment. System must be able to work as one room, divide into 6 separate, or multiples of each classrooms. -Controls the volume, projection to LCD monitors, using DVD, PC, Laptop, and Scanner. -System will operate all 12 LCD monitors (on hand), projector (new) and screen (on hand) from a central podium. -Each classroom has direct input to monitor for laptop or DVD/VH player. -All programming necessary for AMX system to work as described will be accomplished prior to sign off. -As a minimum replace: main projector, wireless mike system (hand and lapel), podium mike -May require replacement of: graphic equalizer, AMX controls. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-3 Convict Labor FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.225-7001 Buy American Act FAR 252.225-7002 Qualifying Country Sources as Subcontractors FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 252.204-7006 Billing Instructions FAR 52.222-41 Service Contract Act of 1965 - SCA Number:2005-2069 Revision 11, 13 June 2011 Occupational code: 23370 - General Maintenance Worker: $22.50 + 28% SCA burden rate + $3.71 fringe benefits. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 WG-8 $25.76+ 36.45% Fringe Benefits DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically and in full text at http://farsite.hill.af.mil. Vendors must actively be registered in Central Contractor Registration(http://ccr.gov), Wide Area Work Flow(http://wawf.eb.mil) and at ORCS at (http://orca.bpn.gov). Travis AFB Security Requirements 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include, identity proofing and vetting. This includes a National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) check. Identity proofing and vetting is not required for employees if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). 2. The primary contractor will ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. At least one of the following forms of identification will be required for identity proofing:  United States Passport  Permanent Registration Card/Alien Registration Receipt Card (Form I-1551)  Foreign Passport with a temporary (I-1551) stamp or temporary (I-1551) printed notation on a machine readable immigrant visa.  Employment authorization document that contains a photograph (Form I-766)  Current/valid Driver's License  Identification card issued by Federal, State or local Government  U.S. Coast Guard Merchant Mariner Legacy Card  U.S. Coast Guard New Merchant Mariner Credential Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to:  School identification card with photograph  U.S. Military or draft record  Native American Tribal Document  U.S. Social Security Card issued by the Social Security Administration (SSA)  Certification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350)  Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official seal  U.S. Citizen ID Cared (Form I-197)  ID Card for use of Resident Citizen in the United States (Form I-179)  Unexpired employment authorization document issued by the Department of Homeland Security (DHS) which includes, a) Form I-94 identifying the holder as an asylee, or b) other documentation issued by DHS or the former Immigration and Naturalization Service that identifies the holder as an asylee, lawful permanent resident, refugee or other status authorized to work in the United States incident to status  Foreign Military or Government Identification Credentials  Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer  In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria:  The installation is unable to verify the individual's: ‒ Citizenship, immigration status, or social security number or claimed identity.  The individual is/has/has been: ‒ Barred from entry/access to a federal installation or facility. ‒ Wanted by federal/civil law enforcement authorities, regardless of offense/violation. ‒ On a federal agency "watch list" or "hit list" for criminal behavior/terrorist activity. ‒ Knowingly/willfully engaged in acts/activities to overthrow the government by force. ‒ Incarcerated 12 months/longer in the past 10 years, regardless of offense/violation, unless released on proof of innocence.  The individual has been convicted of: ‒ Child molestation or pornography; any crime involving indecent acts with a minor. ‒ Espionage, sabotage, treason, terrorism, or murder. ‒ Firearms or explosive violation within the past ten years. ‒ Felony involving violence against a person, arson robbery or burglary. ‒ Drug distribution, possession, intent to sell, trafficking or use more than once. ‒ Sexual assault, rape, human trafficking or any felony sexual in nature requiring registration as a sex offender under applicable federal or state law.  The individual is known to be or reasonably suspected of: ‒ Being a terrorist or belongs to an organization with known terrorism links or support.  There is reasonable basis to believe the individual: ‒ Submitted fraudulent information concerning his or her identity. ‒ Will unlawfully or inappropriately use an access credential outside the workplace. ‒ Will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information.  There is reasonable basis to believe, that issuance of an access credential poses unacceptable risk when: ‒ Criminal or dishonest history exists. ‒ A statutory or regulatory bar prevents the individual's contract employment; or would prevent federal employment. ‒ The individual's material, intentional false statement, deception or fraud in connection with federal or contract employment. ‒ Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation. ‒ Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation. Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked. Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will: Coordinate base entry requirements with the 60th Contracting Squadron. Advise employees working on the installation they are subject to identity proofing and vetting against criteria specified in para. 3. Any employee who does not complete or sign the form will be denied installation access. Advise employees base pass' are only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees which misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately.  To obtain a pass, personnel will need a valid state or government photo identification.  To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within 24 hrs, to the 60th Contracting Squadron of any changes in employee's status. This includes, but is not limited to, the employee being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the 60th Contracting Squadron upon expiration. Obtaining a Base Pass. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Pass and Registration for destruction. Ensure the EAL includes:  Contract number  Work site or location  Inclusive dates of the contract  Work schedule (include days of the week and time periods employees are on base)  Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the Visitor Control Center and ensure they are advised of security language contained herein. 5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must:  Carry their DoD ID card or installation pass on their person while on the installation.  Register privately owned vehicles in accordance with installation policies.  On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action.  If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen.  Turn in access credentials to the 60th Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. Contact the security manager for the military agency responsible for the project. 8. Escort Requirements. The following escort requirements apply: Installation. Sub-contractors must be escorted at all times. Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas. 9. Lost Base Passes or Restricted Area Badges. Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the 60th Contracting Squadron. Written notification should include an explanation from the employee on how, when, where and what steps have been taken to locate the missing base pass. If a replacement is needed, forward the notification with the request for a base pass. Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Information Protection Security Training. IAW AFI 31-401, AFGM_1 para 8.5. Security Managers are required to provide initial uncleared or cleared training to all contractors within 90 days of assignment, this includes specialized security training. The security manager is required to track and document the completed training. The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system after appropriate vetting qualification have been met. 11. For Official Use Only Information. Agency information marked "For Official Use Only" or bearing other sensitivity marking will be handled in accordance with agency information security program regulations and instructions. This information will not be divulged or disclosed without agency permission. Contractor personnel will ensure information that is considered sensitive or proprietary is not compromised. 12. Anti-terrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial and annual Level I Anti-Terrorism Awareness training at https://atlevel1.dtic.mil/at/. All personnel will be responsible to provide proof (copy of training certificates) of training to the Anti-terrorism Advisor/Representative responsible for the unit they are contracted. 13. Operations Security (OPSEC). IAW AFI 10-701, 60 AMW will consider OPSEC for all contractual requirements and determine if any contract contains any form of critical and/or sensitive information or activities. These requirements will be defined on the contract and SOW/PWS. If OPSEC requirements exist, then the 60 AMW OPSEC Program Manager will be contacted to review the SOW/PWS. This review may result in possible training requirements, in addition to what is stated below. For unclassified contracts, the DD Form 254, Department of Defense Contract Security Classification Specification, can be used to specify OPSEC requirements in lieu of defining these requirements on the contract and SOW/PWS. For classified contracts, the DD Form 254 is mandatory. Additionally, the 60 AMW OPSEC Program Manager or functional Unit OPSEC Coordinator will administer specific OPSEC training or training materials to all contract employees within 90 days of initial assignment to the contract (AFI 10-701, 5.2.4). The Installation (60 AMW) OPSEC Program Manager can be contacted at 424-3261/1375. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 52.237-1 SITE VISIT (APR 1984) Site Visit: Offerors or Vendors 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. ***Site Visit: A site visit will be scheduled for 0900 Monday, 10 September 12. If you plan on attending you will need to email me by 1200 PST, Friday, 7 September 12 letting me know you wish to attend. We will be meeting in the parking lot of the Visitors Center (Buidling on left hand side as you approach the main gate) at 0830 to gather and take accountability, the van will be leaving the visitor center at 0845 to proceed to the site. You will not need to obtain a base pass as transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance and current drivers license in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 3 days of site visit and all of the answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to come up with a more accurate quote. Please send any questions to josiah.littrell@us.af.mil or fax to 707-424-5189 NO LATER THAN 12 Sept, 2012, 09:00 AM, PST and offers NO LATER THAN 14 Sept, 2012, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is SSgt. Josiah A. Littrell, Contract Specialist, telephone 707-816-3897.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT342216A002/listing.html)
 
Place of Performance
Address: Bldg 921, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02867115-W 20120906/120905001041-b388b00ef0a446bec641c5f06d8560f2 (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.