SOLICITATION NOTICE
63 -- ADVANTOR INTRUSION DETECTION SYSTEM REFRESH
- Notice Date
- 8/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 134 ARW/MSC, McGhee Tyson ANG Base, McGhee Tyson ANG Base, TN 37777
- ZIP Code
- 37777
- Solicitation Number
- W912L715Q0003
- Response Due
- 8/20/2015
- Archive Date
- 10/6/2015
- Point of Contact
- richard.lusby, 865-336-3353
- E-Mail Address
-
134 ARW/MSC
(richard.lusby@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I) 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. (II) Solicitation W912L7-15-Q-0003 is being issued as a Request for Quote. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-83. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is334290, small business size standard is 750 employees. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Alternate Command Post Advantor Security System CLIN 0002 - Advantor ASN Hardware Technology Refresh CLIN 0003 - Advantor Main Gate Duress Equipment CLIN 0004 - Advantor CCTV Technology Refresh and Video Management System CLIN 0005 - Advantor Entry Access Control System, Bldg 90100 (VI) Items are being solicited as a Brand Name only requirement under 10 U.S.C 2304(c)(1), FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements - Brand Name. J&A is posted with this announcement. (VII) Place of Delivery: 134 Briscoe Drive, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition. 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: (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be more important than price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov Technical package must include statement as to Contractors understanding of required work, how their equipment will integrate with existing Advantor infrastructure and how work will be performed. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.203-3, Gratuities; 52.203-6 Alt I, Restriction on Subcontractor Sales to the Government; 52.203-17, Contractor Employee Whistleblower Rights and Requirement to inform Employees of Whistleblower Rights; 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.211-17, Delivery of Excess Quantities; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representations 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.221-26, Equal Opportunity; 52.221-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-11, Ozone-Depleting Substances; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.252-3, Alterations in Solicitation; 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.211-7003, Use of Government -Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252-225-7001, Buy American and Balance of Payments Program - Basic 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the email address noted below not later than 6 August 2015. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (https://www.sam.gov ). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 123 Briscoe Drive, Louisville, TN 37777, by 20 Aug 2015, 2:00 P.M. Eastern Standard Time. Email quotes will be accepted at richard.lusby@ang.af.mil. Quotes may also be faxed to 865-336-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 336-3353 or email richard.lusby@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L715Q0003/listing.html)
- Place of Performance
- Address: 134 ARW/MSC McGhee Tyson ANG Base, McGhee Tyson ANG Base TN
- Zip Code: 37777
- Zip Code: 37777
- Record
- SN03829893-W 20150809/150807235836-2d059a67185e7265e6865b31a6b5ebfe (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 |