Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

58 -- Intrusion Detection System - Package #1

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC8200AW01
 
Archive Date
9/21/2018
 
Point of Contact
Matthew R. Richard, Phone: 5092477223, Robert D. Jones, Phone: 5092477224
 
E-Mail Address
Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil
(Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Location Drawings Line Drawings Performance Work Statement Interior Alarm Diagram Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number F6THCC8200AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, 15 June 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180629. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334290 with annual revenue not to exceed 750 EMP. Description of Requirement: CLIN 0001: Contractor shall provide and install an Intrusion Detection System (IDS) and Access Control System (ACS) into the Battlespace Access Training System facility in accordance with the separate performance work statement. QTY 1 JOB Total $__________________ **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED AS LONG AS THEY ARE COMPLIANT AND MEET THE ESSENTIAL CHARACTERISTICS LISTED IN THE PERFORMANCE WORK STATEMENT. ** In addition to price and technical acceptability as outlined in the PWS, products will be evaluated based on material quality, and delivery schedule. A firm fixed price contract will be awarded on a Best Value basis. Delivery requirement: 60 days ARO, FOB Destination to Joint Base Lewis-McChord, WA. Exact address will be provided upon award. For estimation purposes, delivery and install will be at/to: Western Air Defense Sector (WADS) Bldg. 852 Joint Base Lewis-McChord, WA 98438 Site Visit: A site visit will be held on Thursday 30 August 2018 at 9:00 AM. Interested contractors must submit the full name, SSN, and DOB of any attendees to Mr. Mike Moran at michael.moran.5@us.af.mil by 4:00 PM Pacific 28 August 2018 to obtain Base access. Attendance of the site visit is highly encouraged in order for the contractor to have a full understanding of the requirement and submit a responsible quote. Quote Information: Quotes must be submitted and received no later than 4:00 PM Pacific Time 6 September 2018. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: MSgt Matthew Richard Alternate Buyer: TSgt Robert Jones Emails: 141MSG.MSC@us.af.mil Additional Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov and with Wide Area Work Flow (WAWF) at http://wawf.eb.mil FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (IF APPLICABLE ) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price as well as technically acceptability, material quality and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation 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 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging 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--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC8200AW01/listing.html)
 
Place of Performance
Address: Western Air Defense Sector, BLDG 852, JBLM, Washington, 98438, United States
Zip Code: 98438
 
Record
SN05055787-W 20180826/180824231533-dc1bd3d84d79e170d65540e884511b3e (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.