SOLICITATION NOTICE
N -- AFICA - Cameras - COMBO
- Notice Date
- 8/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- FA4484-17-P-MCGU
- Point of Contact
- Siouzann R. Lende, Phone: 6097540947
- E-Mail Address
-
siouzann.lende.1@us.af.mil
(siouzann.lende.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3 - Ocean County Wage Determination Attachment 2 - Burlington County Wage Determination Attachment 1 - Statement of Work COMBO Security Forces Cameras Joint Base McGuire-Dix-Lakehurst, New Jersey This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a small business set aside. The North American Industrial Classification System Code (NAICS) is 561621 - Security Systems Services (except Locksmiths) with a small business size standard of $20.5 million. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) listed in the COMBO. SITE VISIT INFORMATION: A site visit for this requirement is scheduled for 8 September 2017 at 1:30 pm. Interested vendors are asked to meet at the 87 CONS Conference Room located at 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641. Attendees are urged to arrive on time. In order to gain access to the base the following information MUST be provided to Ms. Siouzann Lende at siouzann.lende.1@us.af.mil and Ms. Christine Lehtinen, christine.lehtinen@us.af.mil no later than 5 September 2017: a. Names of attendees; b. Social Security numbers; and c. Date of birth. Please note there will only be one site visit. QUOTES DUE DATE: All quotes are due no later than 4:00 PM on 15 September 2017. Quotes may be emailed to Siouzann Lende at siouzann.lende.1@us.af.mil. QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. ATTACHMENTS: 1. Statement of Work 2. Burlington County Wage Determination 2015-4191 Rev 3 (25 June 2017) 3. Ocean County Wage Determination 2015-4195 Rev 3 (25 June 2017) APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-1 Instructions to Offerors- Commercial Items, 52.212-2 Evaluation- Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 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, 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222.36 Equal Opportunity 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, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-P-MCGU/listing.html)
- Place of Performance
- Address: Joint Base McGuire-Dix-Lakehurst, NJ, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN04652488-W 20170831/170829234002-5313be8f6ef890b1ff7df8be6b9f8c71 (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 |