Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2021 SAM #7203
MODIFICATION

63 -- Eglin AFB - Bldg 1195 ACS, CCTV, and VTC Installation

Notice Date
8/19/2021 8:30:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-21-Q-1195
 
Response Due
9/8/2021 8:00:00 AM
 
Archive Date
09/23/2021
 
Point of Contact
Kangsu Suh, Zachary Schultz, Phone: 8508825628
 
E-Mail Address
kangsu.suh.1@us.af.mil, zachary.schultz.7@us.af.mil
(kangsu.suh.1@us.af.mil, zachary.schultz.7@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� This is a combined synopsis/solicitation for commodities 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; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-21-Q-1195. Building 1195 at Eglin, AFB, Florida, requires delivery and installation of Access Control System (ACS), Closed Circuit Television (CCTV) surveillance system, and Secure Video Teleconference (VTC) capabilities in accordance with the State of Work �1195 SOW for ACS, CCTV, and VTC� Pdf along with supporting contract documents: 1) 1195 Drawings and 2) 1195 Specifications. *NOTE: A construction contract has already been awarded for majority of the scope of work that is detailed in the Drawings and Specifications. This requirement is specifically for the project portions outlined in the Statement of Work ONLY and the Contractor should refer to the specific sections within the supporting documents for this requirement.* This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5 Simplified Acquisition Procesdures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. The North American Industry Classification System code (NAICS) is 334290, Other Communications Equipment Manufacturing, with a small business size standard of 750 Employees. A firm fixed price contract will be awarded. There will be no advance payments. SITE VISIT INFORMATION: In response to the Coronavirus Disease 2019 (COVID-19) national emergency, a site visit will be conducted with social distancing guidelines in place. A face covering is mandatory when entering a building on base. Please ensure the assigned representatives are provided with one. Individuals failing to abide, will not be allowed to partake in the site visit. The site visit is scheduled for 01 September 2021 at 10:00 AM CDT. The contractor shall provide the last name, first name, date of birth, Origin of travel, Mode of travel, and intermediate stops of each individual attending the site visit. The information shall be provided to 1st Lt Kangsu Suh (kangsu.suh.1@us.af.mil) via e-mail no later than 27 August 2021. Prohibitions: Firearms may not be brought on base under any circumstances. Individuals with criminal records are not allowed on base. Contractor personnel are prohibited from sponsoring guests onto the installation. Contractor employees will be denied access to the base if they have been convicted of have 2 misdemeanors within five years or any felony within 10 years. If a contractor employee has any convictions and has not coordinated with the contracting office in advance prior to incurring costs to fulfill contract requirements, the Government shall not be responsible for payment of any incurred costs. Background checks will be processed on the morning of the site visit. The site visit will begin at Bldg 1195 on Eglin AFB, FL, 32542. Detailed instructions will be provided to confirmed attendees. If there are any issues or if your personnel will be late, they must notify the Contracting Officer. The Contracting Officer will not wait for no shows without prior communication. **NOTE: The Site Visit is not mandatory, but it is highly recommended. During any site visit, questions are asked and answered that can increase or clarify the understanding of the requirement. These questions and answers are to be submitted in writing and answered during the Q&A period, however, there is no guarantee all information will be captured and anything missed by not attending is at your own risk and will not be grounds for a claim after contract award IAW FAR 52.237-1.** The Offeror agrees to hold the prices in its offer firm through 30 September 2021 from the date specified for receipt of offers. Offers that are not valid� through this date will not be evaluated. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001 FIRM-FIXED PRICE (QTY 1 EA) FOB Destination The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) Offerors must submit quotations for all items to fulfill the requirements outlined in the SOW.� Partial offers will not be considered for award. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� This may include product literature, or other documents, if necessary. All offerors are required to complete/provide: The Representations and Certifications (attachment #2) Review contract clauses and complete all applicable contract provisions (in red) that will be incorporated with the contract award (attachment #3) Offeror�s Quote The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 effective 12 July 2021, DFARS effective 09 July 2021, and AFFARS AFAC 2021-0726 (Effective: 26 July 2021) THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE: �SEE ATTACHMENT #3 THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE PROVIDED IN FULL TEXT: �SEE ATTACHMENT #3 All offers must list DUNS number, GAGE 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 https://www.sam.gov/.� Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 08 September 2021 by 10:00AM CDT.� Any questions regarding this solicitation must be submitted no later than Thursday, 02 September 2021 by 10:00AM CDT. Any questions submitted after this date, may not be answered. Submit offers and questions to the attention of Kangsu Suh by email to kangsu.suh.1@us.af.mil. Attachments: 1195 SOW for ACS, CCTV, and VTC dated 03 August 2021 Representations and Certifications FA2823-21-Q-1195 Contract Clauses and Provisions dated 19 August 2021 FTFA 19-CB01_Bldg 1195_Drawings_FINAL FTFA 19-CB01_Bldg 1195_Specifications_FINAL ����������������������������������������������������������������������� KANGSU SUH, 1st Lt, USAF ����������������������������������������������������������������������� Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05ae94d771b54e7c9662548b526f4417/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06103098-F 20210821/210821203411 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.