Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOLICITATION NOTICE

63 -- Entry Turnstile - Statement of Work - DFARS 252.209-7991 - Turnstile Location

Notice Date
5/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA4814-16-T-F014
 
Archive Date
6/17/2016
 
Point of Contact
Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
leyla.campbell@us.af.mil, alyson.gowin@us.af.mil
(leyla.campbell@us.af.mil, alyson.gowin@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Turnstile Location DFARS 252.209-7991.. All offerors are required to furnish a completed copy of the attached DFARS 252.209-7991 with your quote Statement of Work This is a combined synopsis/solicitation for a commercial service 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-16-T-F014. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Entry Turnstile. DESCRIPTION OF REQUIREMENT - BRAND NAME OR EQUAL The contractor shall provide all labor, materials, parts, equipment, tools, transportation, personnel, and all other items and services necessary to provide installation and operation of new and complete turnstile units. CLIN 0001 Alvardo MSTT Full Height Turnstile 1 Each MSTT-6XPF-1 Any or equal items will be sent to the technical representative for evaluation. If providing "or equal" product, you must describe how your item meets or exceeds the brand name product. Failure to do so will result in non-responsive quote. SEE ATTACHED STATEMENT OF WORK FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. Compliance with DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required. All offerors are required to furnish a completed copy of the attached DFARS 252.209-7991 with your quote. Any offeror who does not provide this certification will not be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisisiton Circular 2005-87 effective 6 April 2016, DFARS DPN 20160325 and AFFARS AFAC 2015-1001. Tje North American Industry Classification System code (NAICS) is 561621, Security Systems Services (except Locksmiths). A Firm Fixed Price contract will be awarded. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS : The Entry Turnstile is being procured on behalf of United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES : The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors -- Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.219-1, Small Business Program Representations FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Atl 1, Notice of Total Small Business Set-Aside FAR 52.219-28, Small Business Representations 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 52.222.50, Combating Trafficking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management FAR 52.252-2, Clauses Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil/ (End of Clause) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: 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, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A), Required Central Contractor Registration DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7001, Buy American and Balance of Payments Program 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 DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Alt III, Notification of transportation of Supplies by Sea Alternate III. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101 Ombudsman (April 2015) (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 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 ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, 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/AFISRA/SMC ombudsman levels, 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) AFFARS 5352.223-9001, Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352-242-9000, Access To Air Force Installations (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any documentation necessary to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 2 Jun 2016 by 11:00 AM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, by email to leyla.campbell@us.af.mil. No Phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-16-T-F014/listing.html)
 
Place of Performance
Address: MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04121927-W 20160520/160518235329-f8db6b97e3a0307a8fbd895c2dc0bf91 (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.