Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2013 FBO #4088
MODIFICATION

N -- Surveillance System

Notice Date
1/31/2013
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2V3372215AC01
 
Archive Date
3/2/2013
 
Point of Contact
Christopher T. Stephenson, Phone: 8138281672
 
E-Mail Address
christopher.stephenson.1@us.af.mil
(christopher.stephenson.1@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies and/or services prepared in accordance with the format in Federal Acquisition Regulation (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 will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V3372215AC01. This acquisition is 100% set aside for Women Owned Small Businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: The contractor shall provide all personnel, supervision, and other items and services necessary to provide a Surveillance System for multiple Base Entry Facilities on MacDill Air force Base as described in the Statement of Objective (SOO) at Attachment 1. DESCRIPTION OF REQUIREMENT: The contractor shall purchase/ install and provide warranty maintenance of the surveillance system for the 6th Securty Forces Squadron in accordance with the attached SOO, Attachment #1 (CLIN 0001) The contractor shall provide maintenance, other then warranty, to include parts and a set labor rate for the 6th Securty Forces Squadron in accordance with the attached SOO, Attachment #1, (CLINs 0002, 1002, 2002, 3002, and 4002) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 effective 20 December 2012, DFAR DPN 20121231 effective 31 December 2012, and AFFAR AFAC 2012-1107 effective 07 November 2012. The North American Industry Classification System code (NAICS) is 334220, with a Small Business Size Standard of 750 employees. This requirement is being solicited as 100% Women Owned Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest priced offer that is determined to be technically acceptable. DELIVERY ADDRESS: MacDill AFB (Tampa), FL 33621 PROVISIONS/CLAUSES: The following FAR, provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting) ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS: (A) To assume timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Proposal/Schedule, Specific Instructions are as follows: (1) PART I - PRICE PROPOSAL - Submit original. (a) Complete the enclosed Pricing Schedule. The provisions FAR 52.212-3 shall be returned along with the proposal. (2) PART 2 - TECHNICAL PROPOSAL - Submit original and 3 copies. The contractor must provide a Statement of Work (SOW) showing they have the capability of meeting the requirements of the SOO. The contractor-prepared SOW will be based on the attached SOO is limited to 30 pages of technical information and 15 pages of illustrations. Page size shall be 8.5 x 11 inches and single-spaced, the text size shall be no less than 12 points Pages shall be numbered sequentially. Technical evaluation will be conducted on a acceptable/unacceptable basis using the ratings described in table A-1. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. (3) PART III - PAST PERFORMANCE INFORMATION- Only references for same or similar type contracts as desired. Past performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in table A-2. Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." (a) Past Performance Surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than four (4), of the most relevant contracts preformed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include present/past performance effort which involved much of the magnitude of effort and complexities this solicitation requires. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced: (i) Company/Division name, (ii) Product/Service, (iii) Contracting Agency/Customer, (iv) Contract Number, (v) Contract Dollar Value, (vi) Period of Performance, (vii) Verified, up-to-date name, address, FAX, e-mail and telephone number of the contracting officer, (viii) Comments regarding compliance with contract terms and conditions, (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (b) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (1) Requirements of the solicitation (Item Numbers) and Statement of Objective (SOO) and government standards and regulations pertaining to the SOO (2) Evaluation Factors for Award. In accordance with 52.212-2, Evaluation-Commercial Items. Addendum to 52.212-2, Evaluation-Commercial Items; 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. The following factors shall be used to evaluate offers: Price, Technical and Past Performance. After receipt of proposals, the proposals will be ranked by price before the Government assesses technical capability. Offers will be evaluated based on total price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise option(s). If the lowest priced offer is determined to be acceptable for both technical and past performance that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to be technically acceptable or has unacceptable past performance the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be acceptable for both technical and past performance, or until all offerors are evaluated. Using questionnaires, the contracting officer shall seek relevant performance information on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. Relevant performance includes performances of efforts involving camera surveillance systems that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer (90 Days from close of RFQ), shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR clauses apply to this solicitation and are incorporated by reference: FAR 52.204, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation; FAR 52.232-99, Providing Accelerater Payment to Small Business Subcontractors (DEVIATION); FAR 52.237-1, Site Visit; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://SAM.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compernsation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Elighible Under the WOSB Program; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended (July 2005); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006); FAR 52.222-54, Employment Eligiblility Verification; FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Itemss; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements relating to Compersation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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); 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to AF Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number and email address, if you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Lack of registration in SAM database will make an offeror ineligible for award. A Site Visit will be held Thursday, 17 Jan 2013 at 0900 AM EST. The site visit will be limited to two representatives per company. No additional site visit will be conducted prior to award. Individuals wanting to attend the site visit will need to submit names to TSgt Christopher Stephenson, e-mail: christopher.stephenson.1@us.af.mil, no later than Tuesday, 15 Jan 2013 at 9:00 AM EST. The following information is required for each attendee: As it appears on valid driver's license: Full name to include full middle name (no nicknames) and social security number of the individual(s) attending the site visit and the respective company name, address and phone number. This information must be provided to ensure access to MacDill Air Force Base. All offerors are responsible for confirming receipt of e-mails to TSgt Stephenson. Failure to submit required information by the due date may result in delay in processing base access pass, or denial of access to the base. In addition, contractors attending will be able to start picking up base passes from the Visitor Reception Center located at 6801 S. Dale Mabry Hwy, Tampa, FL 33616 at 7:00 AM EST on 17 Jan 2013. All contractors should have their passes no later than 8:30 AM to ensure an on time start of the site visit which the bus will promptly leave at 9:00 AM EST on 17 Jan 2013. After the site visit, all vendor questions concerning this requirement must be submitted via e-mail no later than 2:00 PM EST, 22 Jan 2013. Questions submitted after that time may not be answered prior to the response due date. No questions will be accepted via phone calls. Please address questions to TSgt Christopher Stephenson at christopher.stephenson.1@us.af.mil. Questions and answers will be posted on www.fedbizops.gov. DEADLINE: Offers are due on Thursday, 7 Feb 2013 by 2:00 AM EST. Electronic offers will not be accepted. Submit offers to the attention of Christopher Stephenson, TSgt, 6CONS/LGCA at the following address: TSgt Christopher Stephenson 6 CONS/LGCA 2610 Pink Flamingo Ave MacDill AFB, FL 33621 Offeror due date has been extended to 15 Feb, 2013. Answers to questions will be posted when they become available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3372215AC01/listing.html)
 
Place of Performance
Address: MacDill AFB, FL, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02976639-W 20130202/130131234320-79cd67bccb33a55f0687aacb6b8a34b8 (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.