Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

58 -- SCIF Video Wall Upgrade

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-R-0036
 
Archive Date
5/20/2016
 
Point of Contact
Bryant (Lackland) Soule, Phone: 315-330-4723
 
E-Mail Address
bryant.soule@us.af.mil
(bryant.soule@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #2 dated 3 May 2016. The NAICS code and small business size standard are hereby revised as follows: This solicitation is being issued as a total small business set aside under NAICS code 334310 and small business size standard of 750 employees. As a result of this change (b) Written proposals are due at or before 3PM, Eastern Time 5/12/2016 Submit to: AFRL/RIKO, Attn: Bryant Soule 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Bryant.Soule@us.af.mil A second SITE VISIT is scheduled for 1 PM (ET) 6 MAY 2016. Offerors must coordinate site access by emailing Bryant.Soule@us.af.mil. _____________________________________________________________________ Amendment #1 dated 28 April 2016. *A monitor stand for a 3x2 configuration of the 32" monitor as depicted in the Wiring diagram (ATTACHMENT 2) is added to the requirement. (ATTACHMENT 4) Monitor consol diagram is hereby added to the solicitation.* **Additional Solicitation #1 dated 28 April 2016 is posted** _____________________________________________________________________ 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-16-R-0036 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20160325. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a total small business set aside under NAICS code 238210 and small business size standard of $15M in average annual receipts. The Government requires a SCIF video wall upgrade that consists of furnishing all labor, equipment, and materials, and performing all work required to replace the existing system with a new system as shown and described in the List of Requirements (ATTACHMENT 1) and Wiring diagram (ATTACHMENT 2). The equipment items detailed in (ATTACHMENT 1), represents a technical solution that is known to fulfill the Government's requirement. Although brand names are referenced, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution (reference FAR 52.212-1(b)(4)). The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. The offeror shall provide all items (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination, installation at destination, and shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Offerors should break out pricing for CLINs 0001-0016 (ATTACHMENT 1) (pages 4-7) with equivalent part listings if proposing an equivalent solution. The provision at 52.237-1 Site Visit (APR 1984) applies to this acquisition. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The SITE VISIT is highly encouraged and will be conducted 10AM (ET) 27 APRIL 2016. Offerors must coordinate site access by emailing Bryant.Soule@us.af.mil. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 100 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) (b) Written proposals are due at or before 3PM, Eastern Time 5/5/2016 Submit to: AFRL/RIKO, Attn: Bryant Soule 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Bryant.Soule@us.af.mil Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered, if an equivalent solution is proposed. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Previous experience installing a similar video wall system and video matrix switching infrastructure is required. Refer to system configuration diagram. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. Equipment pricing must be provided in a format the same as or similar to the tabular structure in (ATTACHMENT 1) (pages 4-7) to aid in proper application of DFARS clause 252.211-7003. The clause states payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (A)LABEL: If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. (B)REGISTRY: Input the UID Type (UID 1 or UID2), Issuing Agency Code (D), CAGE Code, Part/Lot/Batch #, Serial #, Unit Price, and Unit of Measure. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance All evaluation factors, when combined, are of equal importance. Award will be made to the Offeror that has the lowest priced, technically capable proposal, with acceptable past performance Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Oct 2104) 52.209-7, Information Regarding Responsibility Matter 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) 252.209-7992, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) DFARS 252.239-7009, REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015) For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 3). Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995) X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors (Oct 2015) X X 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) X 52.219-6, Notice of Total Small Business Aside (Nov 2011) X 52.219-8, Utilization of Small Business Concerns (Oct 2014) X 52.219-14, Limitations on Subcontracting (Oct 2014) X 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) X 52.222-3, Convict Labor (Jun 2003) X 2.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) X 52.222-21, Prohibition of Segregated Facilities (Apr 2015) X 52.222-26, Equal Opportunity (Apr 2015) X 52.222-35, Equal Opportunity for Veterans (Oct 2015) X 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) X 52.222-37, Employment Reports on Veterans (Oct 2015) X 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) X 52.222-50, Combating Trafficking in Persons (Mar 2015) X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2014) X 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) X 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: X 52.203-3, Gratuities (Apr 1984) X 52.204-16, Commercial and Government Entity Code Reporting (Nov 2014) X 52.204-18, Commercial and Government Entity Code Maintenance (Nov 2014) X 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) X 52.211-6, Brand Name or Equal (Aug 1999) X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) X 52.247-34, FOB Destination (Nov 1991) X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) X 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011). X 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) (1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. X 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) X 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) X 252.204-7011, Alternative Line Item Structure (SEP 2011) X 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) X 252.211-7003, Item Identification and Valuation (SEP 2011) Para. (c)(1)(i): none Para. (c)(1)(ii): none Para. (c)(1)(iii): none Para. (c)(1)(iv): none Para. (f)(2)(iii): none X 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (NOV 2014) X 252.222-7007, Representation Regarding Combating Trafficking in Persons (NOV 2014) X 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) X 252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) X 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) X 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) X 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005) X 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015) X 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) X 252.227-7015, Technical Data--Commercial Items (FEB 2014) X 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) X 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) X 252.232-7010, Levies on Contract Payments (DEC 2006) X 252.239-7017, Notice Of Supply Chain Risk (NOV 2013) X 252.239-7018, Supply Chain Risk (OCT 2015) X 252.243-7002, Requests for Equitable Adjustment (DEC 2012) X 252.244-7000, Subcontracts for Commercial Items (JUN 2013) X 252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) X 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) X 5352.223-9001, Health and Safety on Government Installations (NOV 2012) X 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. (NOV 2012) The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal which shall be considered. The Defense Priorities and Allocations System (DPAS) rating DO-A7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-R-0036/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04103643-W 20160505/160503234836-9a8797651c86a6adb20f87923670f0d0 (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.