Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

58 -- Video Security System Upgrade/Replacement - SOW & RFQ

Notice Date
7/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M1G35042A001
 
Archive Date
8/1/2015
 
Point of Contact
Denise Hinojosa, Phone: 843-963-4502, Tarha A. Burchell, Phone: 843-963-5168
 
E-Mail Address
denise.hinojosa@us.af.mil, tarha.burchell.2@us.af.mil
(denise.hinojosa@us.af.mil, tarha.burchell.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote for F1M1G35042A001 (electronic fillable) (6 Jul 15) Statement of Work (SOW) for F1M1G35042A001 (26 May 15) COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M1G35042A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 02 Jul 2015. (iv) This acquisition is unrestricted. The associated NAICS code is 561621 with a $20.5 Million size standard. A firm fixed price contract is contemplated. (v) Contractors shall submit a lump sum quote for the replacement/upgrade of an existing security system for Bldg 162 at Joint Base Charleston, SC. The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. The contractor shall also submit the specifications for each part submitted sufficient for evaluation. After award, these documents will become part of the contract. All responsible sources may submit a quote, which shall be considered. A highly recommended site visit is scheduled for 14 July 2015 at 0900 EST at Bldg 162, Joint Base Charleston - Air Base, SC. Interested parties must submit the names of personnel attending the site visit, no more than two per business, on behalf of their companies to A1C Denise Hinojosa (denise.hinojosa@us.af.mil) no later than 12:00PM EST 09 July 2015. Due to security measures, no surveillance devices, phones, cameras, laptops, Fitbits, USBs, GPS trackers, etc. will be permitted in the building. All prospective offerors are urged to attend this conference. (vi) The contractor will be responsible for providing all management, tools, materials, supplies, equipment, and labor necessary to replace/upgrade the existing Casi-Rusco security system in strict accordance with Statement of Work (see attached SOW). Compliance with all environmental code and regulations while performing the services of the resulting contract is mandatory. (vii) Performance must begin no later than ten (10) calendar days after award and must be complete within twenty (20) business days, FOB Destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. 2. Technical capability of the item offered to meet the Government requirement. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced, technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement: FAR 52.204-7, System for Award Management FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-37, Employment Reports On Veterans FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # WD 05-2473 (Rev.-15, dated 6/19/2013) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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. This Statement is for Information Only: It is not a Wage Determination. Employee Class: Monetary Wage- Fringe Benefits 23183 Electronics Technician, Maintenance III WG-10 $22.28 + 36.25% Fringes  FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price  FAR 52.222-50, Combating Trafficking in Persons.  FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving  FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.  FAR 52.225-13, Restrictions on Certain Foreign Purchases  FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)  FAR 52.253-1 Computer Generated Forms  DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414).  DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate  DFARS 252-225-7001, BAA - Balance of Payments Program  DFARS 252.225-7002, Qualifying Country Sources as Subcontractors  DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)  DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) 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 interested 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, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause)  FAR 52.223-11, Ozone-Depleting Substances  AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs)  AFFARS 5352.223-9001, Health and Safety on Government Installations  AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 17 July 2015 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M1G35042A001. (xvi) Address questions to A1C Denise Hinojosa, Contracting Specialist, at (843) 963-4502, fax (843) 963-5183, email denise.hinojosa@us.af.mil or TSgt Tarha Burchell, Contracting Officer, at (843) 963-5168, fax (843) 963-5183, email tarha.burchell.2@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M1G35042A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03785898-W 20150708/150706234209-bf7ec9292b405f7cebdb6154da000b4d (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.