Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

J -- CCTV Sytem Maintenance - Instructions and Evaluations - FAR 52.212-3 Reps and Certs - Commercial Items - Past Performance Survey - Performance Work Statement - Wage Determination - Combined Synopsis

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
FA4613-14-R-0022
 
Archive Date
10/2/2014
 
Point of Contact
Troy T. Johnson, Phone: 3077733321, William D. Glover, Phone: 3077733322
 
E-Mail Address
Troy.Johnson.19@us.af.mil, william.glover.4@us.af.mil
(Troy.Johnson.19@us.af.mil, william.glover.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Wage Determination Performance Work Statement Past Performance Survey FAR 52.212-3 Reps and Certs - Commercial Items Instructions and Evaluations The 90th Contracting Squadron, F.E. Warren AFB, Wyoming intends to solicit and award a firm-fixed price contract for CCTV System Maintenance. 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. This solicitation number FA4613-14-R-0022 is being issued as a Request for Proposal (RFP). Submit only written proposals for this RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a 100% set-aside for Total Small Business. The associated NAICS code is 517110 with a size standard of $19,000,000.00 The line item description is as follows: The performance period is base year, plus four option years. Base Year CLIN 0001- CCTV System Maintenance - Semiannual Non-personal service to provide all labor, tools, parts, materials, personnel, supervision and transportation necessary to inspect, maintain, update and replace CCTV system in base dormitories in accordance with the attached performance work statement (PWS) Quantity: 2 Unit: EA Unit Price:__________Extended Price:__________ CLIN 0002- CCTV System Equipment Replacement Replace CCTV system equipment in base dormitories in accordance with attached performance work statement (PWS). This includes, DVR-32 Channel, DVR-16 Channel, UPS and cameras. Quantity: 1 Unit: Lot, Unit Price:________ Extended Price:_________(NTE) Option Year #1 CLIN 1001- CCTV System Maintenance - Semiannual Non-personal service to provide all labor, tools, parts, materials, personnel, supervision and transportation necessary to inspect, maintain, update and replace CCTV system in base dormitories in accordance with the attached performance work statement (PWS) Quantity: 2 Unit: EA Unit Price:__________Extended Price:__________ CLIN 1002- CCTV System Equipment Replacement Replace CCTV system equipment in base dormitories in accordance with attached performance work statement (PWS). This includes, DVR-32 Channel, DVR-16 Channel, UPS and cameras. Quantity: 1 Unit: Lot, Unit Price:________ Extended Price:_________(NTE) Option Year #2 CLIN 2001- CCTV System Maintenance - Semiannual Non-personal service to provide all labor, tools, parts, materials, personnel, supervision and transportation necessary to inspect, maintain, update and replace CCTV system in base dormitories in accordance with the attached performance work statement (PWS) Quantity: 2 Unit: EA Unit Price:__________Extended Price:__________ CLIN 2002- CCTV System Equipment Replacement Replace CCTV system equipment in base dormitories in accordance with attached performance work statement (PWS). This includes, DVR-32 Channel, DVR-16 Channel, UPS and cameras. Quantity: 1 Unit: Lot, Unit Price:________ Extended Price:_________(NTE) Option Year #3 CLIN 3001- CCTV System Maintenance - Semiannual Non-personal service to provide all labor, tools, parts, materials, personnel, supervision and transportation necessary to inspect, maintain, update and replace CCTV system in base dormitories in accordance with the attached performance work statement (PWS) Quantity: 2 Unit: EA Unit Price:__________Extended Price:__________ CLIN 3002- CCTV System Equipment Replacement Replace CCTV system equipment in base dormitories in accordance with attached performance work statement (PWS). This includes, DVR-32 Channel, DVR-16 Channel, UPS and cameras. Quantity: 1 Unit: Lot, Unit Price:________ Extended Price:_________(NTE) Option Year #4 CLIN 4001- CCTV System Maintenance - Semiannual Non-personal service to provide all labor, tools, parts, materials, personnel, supervision and transportation necessary to inspect, maintain, update and replace CCTV system in base dormitories in accordance with the attached performance work statement (PWS) Quantity: 2 Unit: EA Unit Price:__________Extended Price:__________ CLIN 4002- CCTV System Equipment Replacement Replace CCTV system equipment in base dormitories in accordance with attached performance work statement (PWS). This includes, DVR-32 Channel, DVR-16 Channel, UPS and cameras. Quantity: 1 Unit: Lot, Unit Price:________ Extended Price:_________(NTE) Attachment 1 - Combined Synopsis Attachment 2 - Instructions and Evaluations Attachment 3 - FAR 52.212-3 Reps and Certs-Commercial Items Attachment 4 - Past Performance Survey Attachment 5 - Performance Work Statement Attachment 6 - Wage Determination PROVISIONS/CLAUSES. The provision at FAR 52.212-1 - Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.202-1 - Definitions; 52-203-3 - Gratuities; FAR 52.204-7 System for Award Management; FAR 52.204-9 - Personal Identity Verification of Contractor Personnel; FAR 52.204-13 - System for Award Management Maintenance; FAR 52.209-5 - Certification Regarding Responsibility Matters; FAR 52.212-2 Evaluation - Commercial Items; 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; FAR 52.217-5 - Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 217-9 - Option to Extend the Term of the Contract; FAR 52.219-6 - Notice of Total Small Business Set-Aside; FAR 52.222-4 - Contract Work Hours and Safety Standard Act- Overtime Compensation; FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires; FAR 52.223-5 Pollution Prevention and Right to Know Information; FAR 52.223-6 - Drug Free Workplace; FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.228-5 - Insurance-Work on a Government Installation; FAR 52.229-3 - Federal, State and Local Taxes; FAR 52.232-18 - Availability of Funds; FAR 52.232-19 - Availability of Funds for the Next Fiscal Year; FAR 52.233-1 - Disputes; FAR 52.233-2 Service of Protest; FAR 52.237-1 - Site Visit; FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3 - Continuity of Service; FAR 52.246-25 - Limitation of Liability-Services; FAR 52.249-2 - Termination for Convenience of the Government (Fixed-Price); FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form); FAR 52.252-1 - Solicitation Provisions Incorporated by Reference; FAR 52.252-2 - Clauses Incorporated by Reference; FAR 52.252-5 - Authorized Deviations in Provisions; FAR 52.252-6 - Authorized Deviations in Clauses; DFARS 252.201-7000 - Contracting Officer's Representative; 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 Official; DFARS 252.204-7003 - Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A - System for Award Management Alternate A; DFARS 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.215-7008 - Only One Offer; DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.227-7000 - Non-estoppel; DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving; DFARS 252.232-7006 - Wide Are Workflow Payment Instructions; DFARS 252.232-7007 - Limitation of Governments Obligation; DFARS 252.232-7010 - Levies on Contract Payments; DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7001 - Pricing of Contract Modifications; DFARS 252.243-7002 - Requests for Equitable Adjustment; AFFARS 5352.201-9101 - Ombudsman; AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. The above Provisions and Clauses may be obtained via the internet at: FAR: http://farsite.hill.af.mil/vffara.htm DFARS: http://farsite.hill.af.mil/vfdfara.htm AFFARS: http://farsite.hill.af.mil/vfaffara.htm Offers must be signed, dated and submitted by 17 September 2014, 1:00 pm, Mountain Daylight Time (MDT) to the 90th Contracting Squadron/LGCAB, Attn: Troy Johnson, Contracting Specialist, Commercial Phone 307-773-3321, Fax 307-773-3973, E-mail Troy.Johnson.19@us.af.mil Proposals submitted via e-mail are preferred but not required. LATE OFFERS: Offerors are reminded that e-mail transmission of offer prior to the closing date and time will not constitute a timely submission of offer unless it is received by the government prior to the closing date and time. Offers or modification of offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (IAW FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please submit the following information with each offer: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date offer expires, warranty, Line item unit price, and Total cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f45d3dbe3cf1b25bcebb739a26b5d2bb)
 
Place of Performance
Address: See Attachement 5 Performance Work Statement for specific locations, FE Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN03485964-W 20140830/140829022703-f45d3dbe3cf1b25bcebb739a26b5d2bb (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.