SOLICITATION NOTICE
67 -- CCTV Camera Installation - Exhibits A - C
- Notice Date
- 3/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- FA5209-13-Q-1025
- Archive Date
- 4/26/2013
- Point of Contact
- Joshua D. Banks, Phone: 81-42-552-3014
- E-Mail Address
-
joshua.banks.5@us.af.mil
(joshua.banks.5@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Exhibit A - Existing Camera Layout 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. The solicitation number is FA5209-13-Q-1025. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 and DFARS Publication Notice 20130228. 3. The NAICS is 423410 4. There is no set aside for this RFQ in accordance with FAR 19.000(a) as this contract will be full and open competition. 5. DESCRIPTION: CLIN 0001: GLAC - 179000 QTY: 1 Lump Sum Installation of CCTV cameras and network SEE ATTACHED SOW FOR DETAILS 6. Delivery Terms: Perform installation in accordance with SOW. Period of Perdormance: 45 Days ADC 7. The following provisions of this solicitation apply to this acquisition. The full text of NAF GENERAL PROVISIONS is available on the Internet at http://www.afnafpo.com/pages/Policy-And-Training/Docs/Procedures-Afman-Contract-Formats/GeneralProvisions.pdf. The FAR, DoD supplements (DFARS), and Air Force FAR Supplements (AFFARS) can be accessed at http://farsite.hill.af.mil. GENERAL PROVISIONS FAR 27 52.246-16 Responsibility for Supplies *28. 252.225-7041 Correspondence in English *Denotes DFARS THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF YOUR SUBMISSION OR TO ISSUE AN ORDER FOR SUPPLIES AND SERVICES. The FAR provision 52.212-1(June 2008), Instructions Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 10:00 am Japan Standard Time (JST), 12 April 2013. Electronic quotes are acceptable. Submission may be made via email to joshua.banks.5@us.af.mil, via facsimile at 042-530-9077/225-9907: ATTN: Joshua Banks. Quotes must reference the solicitation number. (b) All firms are highly encouraged to be registered in the System for Award Management (SAM) database @ www.sam.gov upon submission of request for quote (RFQ) to be considered responsive. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applied to this solicitation. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (SEP 2005): (k) Taxes. The text is deleted and replaced as follows: (a) Unless otherwise provided in this contract, the contract price includes all applicable taxes and duties, except taxes and duties that the Government of the United States and the Government of Japan have agreed shall not be applicable to expenditures in Japan by or on behalf of the United States. (b) The Status of Forces Agreement between the Japan and the United States and implementing the Japanese laws authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Those taxes include (1) Consumption tax, (2) Gasoline tax and local road tax on gasoline, (3) Diesel oil tax, and (4) Liquefied petroleum gas tax. (c) The Contractor will submit requests for gasoline or diesel oil tax exemption certificate to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to support the accurate consumption of gasoline or diesel oil, or other necessary information and data as may be required. The Contracting Officer will issue to the Contractor a tax exemption certificate for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Present/Past Performance Information Part 1 - Price Proposal: Offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. A single award will result from this evaluation. Part 2 - Present/Past Performance Information: The present/past performance information shall be recent and relevant information in demonstrating the offeror's ability to successfully perform the required effort. Only references for the same or similar type contracts desired. The past performance information shall consist of (1) Present/Past Performance Reference List. (a) Present/Past Performance Reference List: The offeror shall prepare the Past Performance Reference List in the same format to Solicitation and submit to 374 CONS/LGCBB, by either e-mail (brittany.barlow@us.af.mil) or FAX (042-530-9077 or 011-81-42-530-9077 from the United States), not later than 12 April 2013, 10:00 am JST) to match the information of Past Performance Survey as required in below paragraph (b). The reference list shall contain at least one but no more than three contracts performed (on-going or completed) as prime contractor, subcontractor, joint ventures and/or teaming partners of the most relevant contracts (similar in scope, size and complexity) for US Government agencies, Government of Japan or its political subdivisions, or commercial customers within the last 3 years of this solicitation release date. See below for "Relevant Contracts." 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 reference on the reference list. (1) Name of contracting activity (e.g. Government Agency/Company name) (2) Point of Contact (POC), Contracting Officer and/or Contract Administrator's phone/FAX number, and e-mail address (if available) (3) Contract number and project title (4) Contract Type (e.g. Firm-Fixed Price, IDIQ, Requirements type) (5) Total contract value (6) Performance period (e.g. date/month/year through date/month/year) (7) Description of contract work performed (8) Contracting Officer's name and phone number (9) Government Inspector/commercial project manager and phone number (10) List of major subcontractors if applicable In addition, the offeror may provide information on problems encountered on the contracts identified above and corrective actions taken to resolve these problems. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Relevant Contracts. Submit information on contracts that you consider relevant in demonstrating your ability to perform the proposed effort. Include rationale supporting your assertion of relevance. Offerors are required to explain what aspects of the contracts are deemed relevant to the proposed effort, and to what aspects of the proposed effort they relate. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Relevant contracts (similar in scope, size and complexity) may include the work requirement(s) listed in Scope of Work in the SOW, under section 1.2 (Solicitation Attachment 1). (b) Past Performance Evaluation: Based on evaluation results, each offeror will be assigned either acceptable or unacceptable rating as follows: Rating Definition 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. 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: Acceptability shall be determined based upon an integrated assessment of recency, relevancy, and quality for all past performance records considered. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. 3. General Information (a) INFORMATION REGARDING SUBMISSION OF PROPOSAL: Hand carried proposals must be deposited in the bid depository located at 374th Contracting Squadron, Bldg. 620, Yokota Air Base, Fussa-shi, Tokyo 197-0001. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. (b) Offerors are cautioned that Yokota Air Base has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." (c) U.S. HOLIDAYS: The following U.S. Holidays are observed by this base: New Year's Day: 1 January Martin Luther King's Birthday: 3rd Monday in January Presidents Day: 3rd Monday in February Memorial Day: Last Monday in May Independence Day: 4 July Labor Day: 1st Monday in September Columbus Day: 2nd Monday in October Veterans Day: 11 November Thanksgiving Day: 4th Thursday in November Christmas Day: 25 December Note: No Japanese Holidays will be observed. (End of Provision) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial items "This is a non-appropriated fund (NAF) purchase and it does not obligate appropriated funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services, and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars." Defense Priorities and Allocation System (DPAS): None 1) Quotes must be signed, dated and submitted by 12 April 2013, 10:00 AM, Japan Standard Time. All submissions can be electronically submitted to the following points of contact: Joshua Banks joshua.banks.5@us.af.mil Comm: 011-81-42552-7603 Mark Caesar mark.caesar@us.af.mil Comm: 011-81-31175-6681 Attachments: 1. Statement of Work 2. Exhibit A - Existing Camera Layout 3. Exhibit B - Government Furnished Equipment 4. Exhibit C - Camera Layout
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-13-Q-1025/listing.html)
- Place of Performance
- Address: Yokota AB, Japan, Yokota AB, Non-U.S., 197-0001, Japan
- Record
- SN03022578-W 20130330/130328234346-7647c6e4e1ea884ed60d28ea7a7e7262 (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 |