Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
MODIFICATION

63 -- Vindicator Intrusion Detection System Upgrade - Statement of Work

Notice Date
9/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A2054219A001
 
Archive Date
10/2/2014
 
Point of Contact
Matthew S. Lahr, Phone: 8502831260, Quinton M. Mitchell, Phone: 8502834135
 
E-Mail Address
matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil
(matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Statement of Work for the requirement. Combined Synopsis/Solicitation Honeywell Vindicator Intrusion Detection System for Bldg 549 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4A2054219A001 and is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; The North American Industry Classification System (NAICS) code is 561621. The Small Business Administration size standard is $20,500,000.00. CLIN 0001: Purchase and Install Honeywell Vindicator Intrusion Detection System (IDS) for Bldg 549 in accordance with the attached Statement of Work (SOW). This requirement includes equipment, installation, and programming. Required Intrusion Detection Equipment (IDE) is located in Appendix A. Required IDE layout is located in Appendix B. (1 Lot) *Equipment must be Honeywell Vindicator brand. An "or equal" product will not be considered technically acceptable. Please see attached brand name determination for more information. *Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price Technical Capability: Offeror's quotes will be evaluated against the attached specifications in the Appendix A on a pass/fail basis. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR provisions/clauses apply to this acquisition: FAR 52.204-2 - Security Requirements 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 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt 1 - Offeror Representations and Certifications -Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 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 Labor Standards FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.225-1 - Buy American - Supplies FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40 - Providing Accelerated Payments to Small Business Contractors FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-1 - Site Visit FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 52.222-42 - Statement of Equivalent Rates for Federal Hires (FULL TEXT) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 23181 ELECTRONICS TECHINICIAN I WG-8 STEP 2 $19.55 (END OF CLAUSE) The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: 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 - Representations Relating to Compensation of Former DOD Officials DFARS 252.204-7000 - Disclosure of Information DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 - Alternate A. System for Award Management DFARS 252.204-7005 - Oral Attestation of Security Responsibilities DFARS 252.209-7993 - Deviation. Representation by Corporations Regarding the Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations DFARS 252.225-7001 - Buy American and Balance of Payment Program DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7048 - Export Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: AFFARS 5352.201-9101 - ACC Ombudsman AFFARS 5352.204-9000 - Notification of Government Security Activity and Visitor Group Security Requirements AFFARS 5352.215-9000 - Facility Clearance AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 - Health and Safety on Government Installations AFFARS 5352.242-9000 - Contractor Access to Air Force Installations NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Quotes must include vendor's CAGE code and tax identification number (TIN). Resultant quote must be valid through 30 September 14. Offers are due NO LATER THAN 17 September 2014, 1530 CST. Please submit offers to matthew.lahr.1@us.af.mil. Contact A1C Matthew Lahr at 850-283-1260 for any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76fc905edb8193ac53c0240a8f880355)
 
Place of Performance
Address: Tyndall AFB, FL 32403, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03511669-W 20140917/140915235930-76fc905edb8193ac53c0240a8f880355 (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.