Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

63 -- Access Control System (ACS)

Notice Date
2/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-18-Q-0038
 
Archive Date
2/23/2018
 
Point of Contact
Kimberly J. Conley, Phone: 9375224575
 
E-Mail Address
kimberly.conley.3@us.af.mil
(kimberly.conley.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**Please see updated SOW posted 31 Jan 2018** **Site walkthroughs will be held upon request from Mon 5 Feb- Thursday 8 Feb** COMBINED SYNOPSIS/SOLICITATION Date: 24 January 2018 This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for an Access Control System as described under the requirements section of this solicitation and accompanying requirements attachment. This serves as 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. The associated North Amercian Industrial Classification System (NAICS) code is 561621 Security Systems Services (except Locksmiths) with a small business size standard of $20.5 million. This acquisition is a small business set-aside and all capable offerors may submit proposals. This solicitation is subject to FAR Clause 52.219-14, "Limitations on Subcontracting". FAR Clause 52.219-14 states that any small business prime contractor who is a manufacturer of the supplies shall "perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials". This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is for an Access Control System (ACS) at Wright-Patterson Air Force Base (WPAFB) compatible with current HID badges and DSX ACCESS system, as described under the requirements section of this solicitation. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Is deemed the lowest price technically acceptable (LPTA). Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA8601-18-Q-0038 and is hereby issued as a combined synopsis/solicitation using FAR 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 561621 Security Systems Services (except Locksmiths) Business Size Standard: $20.5 million Acceptable means of Submission: All submissions must be submitted electronically to the following email address kimberly.conley.3@us.af.mil by 1:00pm EST on Friday, 16 February 2018. Any correspondence sent via e-mail must contain the subject line " FA8601-18-Q-0038 ACS". The proposal may be sent via multiple emails as long as they are numbered. Each email should not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 January 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 December 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-1003, effective 03 Oct 2017. Delivery Schedule: 4 Weeks After Date of Contract (ADC) Delivery Destination: AFLCMC/WWS Attn: Stephen Uyehata 2240 B Street Building 11, Room 069 Wright-Patterson AFB, OH 45433-7102 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirements: The ACS must adhere to the specifications listed below and in the Statement of Work (Attachment 1): •· The system shall include the following equipment and material after the system is installed, and the contractor shall test and certify that the system meets all requirements. •o Access system software •o Controllers •o Proximity readers with magnetic locks •o Wiring, conduit, and door hardware •· The contractor shall install all equipment and the installation shall adhere to communications industry, Air Force and Underwriters Laboratory standards. •· The system shall be software based and readily accept software enhancements for technology updates. This may include performance enhancements, new features, and optional features. •· Per ICD 705 standards, the automated personnel ACS shall ensure that the probability of an unauthorized individual gaining access is no more than one in ten thousand while the probability of an authorized individual being rejected access is no more than one in one thousand. Manufacturers must certify in writing that their system meets these criteria. •· The contractor shall provide a one-year warranty covering all defects in materials and workmanship to commence after final testing and acceptance. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be technically acceptable and the lowest price technically acceptable (LPTA). Technical Capability and Price will be used to evaluate all offers. The anticipated award is Firm-Fixed Price-LPTA. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I (attached) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Additional Instructions to Offerors: The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above (b) Submission of offers is as prescribed in the text of this synopsitation Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Length of the proposal shall not exceed ten (10) typed pages, with margins no smaller than 1 inch, and type font no smaller than 12 point, Times New Roman font. Proposals not submitted in accordance with these requirements may be considered non-responsive. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the ACS described above under "Requirements." Price Proposal: Price List: The offeror shall provide a price for an ACS to fulfill the minimum requirements. The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.O.B. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft FFP contract with its price proposal. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (Jan 2017) with its Alternate I (Oct 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. Evaluation Factors: The Government will use Simplified Acquisition Procedures permitted by FAR 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. Evaluation will be based on Lowest Price Technically Acceptable. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive an overall rating of either "Acceptable" or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to meet all of the factors as outlined in the Statement of Work (Attachment 1). FACTOR 2 - Price: Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: (a) The Government will initiate evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. (b) If, pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable, the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. (c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable", or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. (d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. Statement of Work 2. FAR 52.212-3(b) Alt I 3. CLINs, Provisions, and Clauses Please direct all questions to Ms. Kimberly Conley, kimberly.conley.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-Q-0038/listing.html)
 
Place of Performance
Address: 2240 B Street, Bldg 11, Rm 069, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04820551-W 20180214/180212231900-00788cad4a3dc22389341e9bbfe7d897 (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  © 1994-2020, Loren Data Corp.