Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

59 -- CCTV System Upgrade-RFQ EXTENSION

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3LB5210AW03
 
Archive Date
9/26/2015
 
Point of Contact
Brian G. Lindsay, Phone: 9197221732
 
E-Mail Address
brian.lindsay.2@us.af.mil
(brian.lindsay.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ -CDC CCTV System Upgrade- Reference ( F3T3LB5210AW03 ) Requesting Agency: 4th Force Support Squadron/SFC (Child Development Center) 1030 Langley Ave. Seymour Johnson AFB, NC 27531 Purchasing Agency: 4th Contracting Squadron/LGCB 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 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 and quotes are being requested. Solicitation/Reference number for this RFQ is F3T3LB5210AW03. "Notice to Offeror(s)/Supplier(s): 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." This is a 100% Small Business set-aside for a firm-fixed price procurement and will be procured using commercial procedures. The NAICS code 334220 applies to this solicitation. The size standard is 750 Employees. A site-visit will be held for this requirement.The site-visit will be held on 1 September 2015 at 1000 hrs EST. All offeror's interested in attending the site-visit prior to responding to this RFQ are encouraged to contact Lt Brian Lindsay @Brian.Lindsay.2@us.af.mil in order to secure entrance onto Seymour Johnson AFB, NC. The provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular 2005-83, Effective 02-July-2015. Defense Federal Acquisition Regulation DPN 20150602, Effective 02-June-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: •o Quote shall include a unit and total price for the following bid schedule: ITEM DESCRIPTION QTY UNIT TOTAL CLIN 0001: Each $________ *Description of required supplies/services can be located on the Attached Statement of Work (SOW) DELIVERY: 4 FSS/SFC (Child Development Center) 1030 Langley Ave. Seymour Johnson AFB, NC 27531 ___________________________________________________________________________________ TOTAL AMOUNT: $________ THIS RFQ HAS BEEN EXTENDED IN ORDER FOR THE GOVERNMENT TO POST ALL SITE-VISIT MINUTES AND ADDRESS ALL CONTRACTOR QUESTIONS. NEW RESPONSE DATE IS REFLECTED BELOW. Quotes are due to this office no later than 1400 hours Eastern Standard Time, 11 September, 2015. Quotes must be sent via e-mail to the below POC's. Contracting point of contact: 1st Lt Brian Lindsay, Contract Specialist, TEL: (919) 722-1732, or email: Brian.Lindsay.2@us.af.mil ___________________________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: •1. Quote shall include the contractors Technical Capability as follows: •a) A description of the product being offered in sufficient detail so as to ensure compliance with the requested product specification as listed in the SOW. •b) Contractor shall indicate ability to comply with mandatory requirement regarding delivery timeframe (30 Days ARO). •2. Quote shall include the contractors Price Quotation structured as outlined above, with pricing made available for CLIN 0001, in addition to Total Contract Value (Delivery included). •3. Company Point of Contact with name, address, email address, and telephone number. •4. Contractors shall make their quotes valid for 30 days after date specified for posting closeout/receipt of offers to accommodate the award should funds become available. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. EVALUATION (a) The Government intends to award a single contract resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered technically acceptable to the Government, ie.meeting the customer requirements, with price being the factor considered. The following factors shall be used to evaluate quotations: •1. Technical Acceptance •2. Price Quote (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government on a LOWEST PRICE TECHNICALLY ACCEPTABLE BASIS. (c) Negotiations: The Government reserves the right to award a purchase order for this action from any offer received without conducting any negotiations or discussions. Offerors should propose their best offer in their initial response to this posting. The following clauses and provisions apply: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) 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 Vendor 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 address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (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 ACC Ombudsmen, Mr. Chris Williams, 129 Andrews Avenue, Suite 102, Langley AFB, VA 23665-2769; Phone (757) 764-6512, FAX (757) 764-4400; or email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.211-17 Delivery Of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-25 Prompt Payment 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 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.242-17 Government Delay Of Work 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification And Valuation 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil Attachments: #1: Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3LB5210AW03/listing.html)
 
Place of Performance
Address: 4 FSS/SFC (Child Development Center), 1030 Langley Ave., Seymour Johnson AFB, NC, Seymour Johnson AFB, North Carolina, 27534, United States
Zip Code: 27534
 
Record
SN03867985-W 20150904/150902235800-efe3095e1c912d0227a47db43398cd9d (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.