Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOURCES SOUGHT

63 -- CCTV Surveillance System and installation

Notice Date
9/13/2013
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
 
ZIP Code
33081
 
Solicitation Number
FA5862-13-Q-0023
 
Archive Date
10/5/2013
 
Point of Contact
Jeffrey R. Fluck, Phone: +39 043-4308040, Anthony A. Di Crescenzo, Phone: 0039434307451
 
E-Mail Address
jeffrey.fluck@us.af.mil, anthony.dicrescenzo@aviano.af.mil
(jeffrey.fluck@us.af.mil, anthony.dicrescenzo@aviano.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. FY13 FUNDS MAY NOT BE IMMEDIATELY AVAILABLE WITHIN USAFE TO FUND THIS PROJECT, SO BID ACCEPTANCE PERIOD SHOULD BE VALID THROUGH 30 SEP 13. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR ON 1 OCT 13, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is F1F3F63151A007. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, DFARS Change Notice 20130710, and Air Force Acquisition Circular 2013-0327. (iv) There is no small business set-aside for this acquisition. The NAICS code assigned to this acquisition is 238210 (v) & (vi) The following is a list of the CLINS, quantities, unit of issue, and an item description: CLIN Description QTY UOI 0001 All weather housing auto-iris varifocal 3.3 12mm lens and IR LED's 550TVL 0.3 lux or equal 2 EA 0002 Vandal Proof CCTV dome camera mod. TID550HR. All weather housing auto varifocal 4-9mm lens with IR LED's D&N 550 TVL or equal 6 EA 0003 Digital recorder Vlcon mod. STRIKE (analogic+IP), CD writer, HD 1000 GB or equal 1 EA 0004 Transceiver NVT 1 channel mod. NV-214AM or equal 2 EA 0005 Receiver NVT 1 channel mod. NV413a or equal 1 EA 0006 Pole mounts for CCTV camera with metallic box mod TVSTPAL3+APV9 or equal 10 EA 0007 Alarm station Galaxy Dimension GDC0520-C-E1 or equal 1 EA 0008 8 din input 4 din output RS485 module in box GXR10PLB or equal 3 EA 0009 Cable RS485 for alarm panel or equal 650 MR 0010 Touch screen display for Galaxy Dimension GDCP040-61 or equal 1 EA 0011 Installation of all items 1 EA **QTY = quantity; UOI = unit of issue** **NOTE: any "or equal" items will be reviewed for technical acceptability based on properties of listed items** (vii) Delivery is required 30 days after receipt of order (ARO) and delivery will be made to the following address: By Commercial Carrier: FE5682 31 FW LGTT BUILDING 1029 TMO INBOUND AVIANO AB, ITALY 33081 By USPS: FLEET AND INDUSTRIAL SUPPLY CENTER OCEAN TERMINAL DIVISION BLDG CEP 201 NORFOLK, VA 23511-3392 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, product part number, product description, quantity, unit of measure, unit price, shipping costs (if applicable), total price, discount terms, delivery terms. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. The Government reserves the right to award on a CLIN by CLIN basis. All, some, or none of the CLINs may be awarded depending on AVAILABLITY OF FUNDS. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition (xiii) This is a planning requirement and funding is not currently and may not become available. The government retains the right to award or not award based on this RFQ. The following clauses/provisions also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference/52.252-1 Solicitation Provisions Incorporated by Reference This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.Hill.af.mil FAR 52.204-7 System for Award Management (Jul 13) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance (Jul 13) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-6 Brand Name or Equal FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 13) FAR 52.233-3 Protest After Award (31 U.S.C. 3553). FAR 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78). FAR 52.247-34 F.O.B Destination; FAR 52.252-4 Alterations in Contract FAR 52.252-6 Authorized Deviation in Clauses; FAR 52.253-1 Computer Generated Forms; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS252.204-7004 Alternate A, System for Award Management DFARS 252.225-7041 Correspondence in English DFARS 252.225-7042 Authorization to Perform DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7001 Tax Relief. DFARS 252.229-7003 Tax Exemptions (Italy). DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS DFARS 52.232-7008 Assignment of Claims (Overseas) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.233-7001 Choice of Law (Overseas). DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea [Alt III included]; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods) AFFARS 5352.201-9101 OMBUDSMAN is filled in as follows: Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All offers are due by 20 September 2013 @ 1300 local time Italy. Quotes may be submitted by email to Jeffrey.fluck@us.af.mil, or faxed to +39-0434-30-8557. Please confirm receipt of emails and faxes (xvi) Contact TSgt Jeffrey R. Fluck at E-Mail: Jeffrey.fluck@us.af.mil and or Tel: +39-0434-30-8040 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/FA5862-13-Q-0023/listing.html)
 
Place of Performance
Address: Aviano AB, Italy, Aviano, 33081, Italy
 
Record
SN03188423-W 20130915/130914000208-e7c87838616566a82396b68ac7e43138 (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.