Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
MODIFICATION

58 -- Dormitory Security Camera Systems - Amendment 1 - Questions and Answers

Notice Date
9/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-13-Q-0020
 
Point of Contact
Daniel J. Cary, Phone: 7017475301, Jeremiah J Snedker, Phone: (701) 747-5299
 
E-Mail Address
daniel.cary@us.af.mil, jeremiah.snedker@us.af.mil
(daniel.cary@us.af.mil, jeremiah.snedker@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
2nd Questions and Answers Ammendment 0001 - Combo Dorm Camera Systems The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to purchase and install IP security camera systems in the common areas of three (3) dormitories, buildings 213, 217, and 221. PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY/UNIT UNIT PRICE TOTAL 0001 0002 0003 Dormitory Bldg 213 - IP video surveillance system to provide surveillance of all interior dormitory common areas as well as dormitory exterior parking lot. System to include 13 interior cameras, 1 exterior camera, 16 channel DVR with DVD/RW and at least 1.5 TB hard drive with continuous loop out ability. Contractor is to provide all cabling for video and power as well as any needed licenses for software operation. All work will be completed in accordance with the attached PWS. Dormitory Bldg 217 - IP video surveillance system to provide surveillance of all interior dormitory common areas as well as dormitory exterior parking lot. System to include 13 interior cameras, 2 exterior cameras, 16 channel DVR with DVD/RW and at least 1.5 TB hard drive with continuous loop out ability. Contractor is to provide all cabling for video and power as well as any needed licenses for software operation. All work will be completed in accordance with the attached PWS. Dormitory Bldg 221 - IP video surveillance system to provide surveillance of all interior dormitory common areas as well as dormitory exterior parking lot. System to include 13 interior cameras, 2 exterior cameras, 16 channel DVR with DVD/RW and at least 1.5 TB hard drive with continuous loop out ability. Contractor is to provide all cabling for video and power as well as any needed licenses for software operation. All work will be completed in accordance with the attached PWS. 1 EA 1 EA 1 EA $ __________ $ __________ $ __________ $ ___________ $ __________ $ __________ EXTENDED TOTAL: $ REQUIRED INSTALL WITHIN (days ARO): This RFQ is set aside for small business; all responsible offers will be accepted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The NAICS code for the acquisition is 334310 and the size standard is 750 Employees. Acknowledgement of RFQ, and ammendments if any, is required for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with requirements, and provides the lowest price technically acceptable offer. OFFEROR'S QUOTATIONS/PROPOSALS MUST BE VALID THROUGH 30 SEP 13. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUEST FOR QUOTE. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. THE GOVERNMENT WILL ISSUE A PURCHASE ORDER TO THE VENDOR WHO SUPPLIES THE SUCCESSFUL QUOTE. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text (see prescription for use): FAR 52.202-1, Definitions FAR 52.204-7, System for Award Management FAR 52.232-33, Payment by electronic funds FAR 52.232-1, Payments FAR 52.233-3, Protest after award FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hire FAR 52.212-1, Instructions to Offerors, Commercial Items. Offers must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov. FAR 52.212, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offer or 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: Best Value to include price and installation time. FAR 52.212-3, Offerors Representations and Certifications-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (DEVIATION) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Awards Management FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses. The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) provision or clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.204-7004 Alternate A, System for Award Management Prior to receiving any contract award, contractors must be registered Registration in the System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.212-7001 (DEVIATION), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7006, Billing Instructions DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on contract payments DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, Alternate III AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (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, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, Fax (618) 256-6668, e-mail: gregory.oneal@us.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. A site visit will be held on Monday, 16 September 2013 at 2:00pm CST. All interested vendors are encouraged, but not required, to attend. Call SSgt Daniel Cary at 701-747-5301 or email daniel.cary@us.af.mil with the names of attendees at least 2 hours prior to the Site Visit to ensure access to Grand Forks AFB. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, SSgt Daniel Cary and Mr. Jeremiah Snedker, no later than 12:00 P.M. (CST) on 9/18/2013 (Wednesday, September 18th 2013) to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205, ATTN: SSgt Dan Cary and Mr. Jeremiah Snedker. For more information email daniel.cary@us.af.mil or call at # 701-747-5301 and jeremiah.snedker@us.af.mil or call at # 701-747-5299. Fax # 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-13-Q-0020/listing.html)
 
Place of Performance
Address: Grand Forks AFB, ND 58205, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN03186062-W 20130914/130912235943-7c539b5f19f6a5e1a504c47ac3120dc3 (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.