Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

63 -- ACCESS CONTROL SYSTEM - Statement of Work - DFAR 252.209-7994

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAC4013A001
 
Point of Contact
DAVID L. WATSON, Phone: 5058463119, Ernest J Hernandez, Phone: 5058464502
 
E-Mail Address
DAVID.WATSON@KIRTLAND.AF.MIL, ernest.hernandez.1@us.af.mil
(DAVID.WATSON@KIRTLAND.AF.MIL, ernest.hernandez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFAR 252.209-7994 Statement of Work This is a solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100 % Small Business set aside. The NAICS Code for this solicitation is 561621, Size Standard 12.5 Million. Solicitation/ Purchase Request number F2KBAC4013A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 2014. NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The Government intends to award one firm fixed price contract with multiple Contract Line Item Numbers (CLINs): CLIN 0001 Install 3 door cameras and monitors within the SCIF areas. One area will have 1 camera and 1 monitor. One area will have 1 camera and 2 monitors. One area will have 1 camera and 3 monitors. 3 DOME CAMERA, INT. 1/3", 600TVL, 2.5-6MM, SDR, D/N 2 4 CHANNEL VIDEO DISTRIBUTION AMP, 1 IN & 4 OUT 7 22" LCD MONITOR WITH BNC/VGA INPUTS, BNC OUTPUT 7 MONITOR WALL MOUNT, VESA, ARTICULATING 2.5" APPROX 4" 3 TRANSFORMER 24VAC/20VA W/LED or Equal CLIN 0002 Upgrade the existing Hirsch software to the current level of 3.5. Upgrade the 2 door controllers to the current level of 7.5.07. Replace all the controller batteries. Repair the bad battery terminal on the #1 controller. Pull the existing customer badge printer and trouble shoot for resolution or price for replacement. 1 EQUUS PD-3.06 PC W/3 YR WARRANTY 2 COMMAND & CONTROL MODULE - FLASH MEMORY, VER 7.5.07 3 BLACK 125KHZ AND 13.56 MHZ. READS ALL 125KZ 4 BATTERY, 12 V 8AH (D5743) 2 MEMORY PROTECTION BATTERY - REPLACEABLE, NICAD 1 NEW VELOCITY 3.5 SECURITY MANAGEMENT APPLICATION or Equal UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 30 Days ARO F.O.B. DESTINATION Inspection and Acceptance: DESTINATION The following provisions and clauses apply to this procurement FAR 52.204-7 -- System for Award Management, FAR 52.204-13 - System for Award Management Maintenance. FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Alt I Offerors Representation and Certification- Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-13, 52.219-28, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33, 52.232-39] FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-10, Waste Reduction Program FAR 52.223-19, Compliance with Environmental management Systems FAR 52.228-5 -- Insurance -- Work on a Government Installation FAR 52.232-23, Assignment of Claims FAR 52.233-1, Disputes FAR 52.236-3, Site Investigation and Conditions Affecting the Work. FAR 52.236-7, Permits and Responsibilities FAR 52.236-12, Cleaning Up FAR 52.236-13, Accident Prevention FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.245-1, Government Property FAR 52.246-4 Inspection of Services -- Fixed-Price FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique (IUID) Registry DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7001, Buy American-Balance of Payments Program Certificates. DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of Contract Modifications DFAR 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFAR 252.245-7002, Reporting Loss of Government Property DFAR 252.245-7003, Contractor Property System Management Administration DFAR 252.245-7004, Reporting Reutilization and Disposal DFAR 252.247-7023 Alt III, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsmen AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations Please fill out attached Provision for DFARS 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (End of Clause) In accordance with the FAR 13.106-1(a)(2) Soliciting Competition, offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers. A mandatory site visit has been scheduled for 10 April 2014, from 1:00 p.m. to 3:00 p.m. (Mountain Standard Time) at Kirtland Air Force Base, NM Building 914, Satellite Assessment Center. All interested vendors must email Mr. Ernest Hernandez, Contract Specialist, of attendance by 9 April 2014, 1:00 pm (Mountain Daylight Time). Please ensure the following information is provided: Solicitation Number Visitor Name Vendor Name Point of Contact Phone Number Email Questions at site visit are to be emailed to ernest.hernandez.1@us.af.mil by 11 April 2014 4:00 PM MST. The answers to questions from site visit will be posted to Federal Business Opportunities. Requests for Quotes (RFQs) are due no later than 18 April 2014 at 4:00pm MST (Mountain Standard Time). Quotes are to be emailed to ernest.hernandez.1@us.af.mil or david.watson@kirtland.af.mil. Identify your quotes with the corresponding program title and solicitation number: In accordance with the FAR 13.106-1(a)(2) Soliciting Competition, offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technically capability. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers. All payments are to be paid via the Internet through the Wide Area WorkFlow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www/wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/ contract number or invoice will be required to inquire status of your payment. Firms responding to this announcement shall include company name, DUNS number, cage code, point of contact, address, F.O.B. Destination, estimated delivery date, warranties if applicable and business size using NAICS Code 561621, Size Standard 12.5 Million. Requests for Quotes (RFQs) are due no later than 18 April 2014 at 4:00 pm MST (Mountain Standard Time). Quotes are to be emailed to ernest.hernandez.1@us.af.mil or david.watson@kirtland.af.mil. Identify your quotes with the corresponding program title and solicitation number: Solicitation: Access Control System Solicitation number: F2KBAC4013A001 Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov or by email askSAM@gsa.gov. Interested parties must be valid in their Representations and Certification on SAM. Registration is processed through SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAC4013A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87116, United States
Zip Code: 87116
 
Record
SN03329975-W 20140406/140404234209-d90c43744ff387eea207653068b408ae (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.