Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOLICITATION NOTICE

63 -- Access Control and CCTV System - Statement of Work - FAR 52.212-1 - Wage Determination - 52.212-2

Notice Date
6/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Kirtland AFB, NM ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
F2KTAB4042A001CCTVRL
 
Archive Date
7/15/2014
 
Point of Contact
Ryan C LaFever, Phone: 5058537757
 
E-Mail Address
ryan.lafever.2@us.af.mil
(ryan.lafever.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Wage Determination Instructions to Offerors Statement of Work This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The NAICS Code for this synopsis/solicitation is 561621, small business size standard, $19 Million. This is a 100% Total Small Business Set-Aside. Solicitation/Purchase Requisition Number F2KTAB4042A001 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular Fac 2005-74, Effective 30 May 2014. The Government intends to award one (1) Firm Fixed Price contract with five (5) contract line item numbers: CLIN 0001- (See attached Statement of Work (SOW)) - Equipment, Parts, and Other materials required to remove existing/Install new Access Control and CCTV systems. QTY: 1 Unit of Issue: Lot Desired Delivery Date: 90 days ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0002 - (See SOW) - Labor to remove existing/install new Access Control and CCTV Systems and provide training on the new systems/software. QTY: Determined by the offeror Unit of Issue: Hours Period of Performance: 1 August 2014 - 31 October 2014 FOB: Destination Inspection and Acceptance: Destination CLIN 0003- (See SOW) -Maintenance Agreement: 1 Base year plus four (4) Option years. QTY: 12 Unit of Issue: Months Period of Performance: 1 August 2014 - 31 July 2014 FOB: Destination Inspection and Acceptance: Destination <DFARS 252.209-7994 (located at the bottom of this solicitation) AND FAR 52.222-48 MUST BE COMPLETED AND RETURNED TO THE CONTRACTING OFFICE WITH PROPOSAL> For the purpose of answering questions regarding this solicitation and viewing the facilities, a site visit conference will be conducted: Date: 18 JUNE 2014 Time: 1000 Location: 705th Combat Training Squadron Building 942 4500 Aberdeen Dr. SE Kirtland AFB, NM. 87117 Submit the names of all attendees and attach the Site Visit Registration Forms (not to exceed 3) to Ryan LaFever via Email: ryan.lafever.2@us.af.mil, 505-853-7757 prior to 2pm MT on 12 June 2014. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Responses may be E-mailed (preferred) to ryan.lafever.2@us.af.mil or mailed to AFNWC/PZIA, ATTN: A1C Ryan LaFever, 8500 Gibson Blvd., SE, Bldg 20202, Kirtland AFB, NM 87117, or faxed to (505) 846-4262 ATTN: A1C Ryan LaFever. Responses must be received no later than 30 June 2014 at 4:00 PM MST to be considered for award. 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. The following Provisions and Clauses are incorporated by Reference: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representation and Certification- Commercial Items FAR 52.212-4, Contract Terms and Conditions- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive orders- Commercial Items: The following clauses apply [FAR 52.204-10; FAR 52.209-6; FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-41; FAR 52.222-42; FAR 52.223-18; FAR 52.225-13; FAR 52.222-51; FAR 52.239-1] FAR 52.217-5, Evaluation of Options FAR 52.219-1, Small Business Program Representations FAR 52.219-1, Small Business Program Representations Alt 1 FAR 52.222-22, Previous Contracts and Compliance FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act- Free Trade Agreements- Israeli Trade Act Certificate FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification FAR 52.227-19, Commercial Computer Software License FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 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 Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7004, Drug-Free Work Force DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Source as Subcontractors DFARS 252.225-7036, Buy American-Free Trade Agreement-Balance of Payments Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, WAWF Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7000, Protection Against Compromising Emanations DFARS 252.239-7017, Notice of Supply Chain Risk DFARS 252.239-7018, Supply Chain Risk DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations DFARS 252.247-7023 Alt III, Transportation of supplies by sea AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installation The following provisions and clauses are incorporated in Full Text: 52.212-1 - Instructions to Offerors -- Commercial Items. See attachment to Solicitation 52.212-2 -- Evaluation -- Commercial Items. See attachment to Solicitation 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. FAR 52.252-1, Solicitation Provisions; This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-2, Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm. AFFARS 5352.201-9101 Ombudsmen, 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, AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 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. 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. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-00004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/041302/F2KTAB4042A001CCTVRL/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03390256-W 20140612/140610235137-46feaa594faf3e298d6f7028005c794d (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.