Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SOLICITATION NOTICE

63 -- Embedded Under Vehicle Inspection System

Notice Date
8/24/2021 1:10:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W7NL USPFO ACTIVITY NEANG 155 LINCOLN NE 68524-1801 USA
 
ZIP Code
68524-1801
 
Solicitation Number
W50S89-21-Q-DN01
 
Response Due
8/31/2021 11:00:00 AM
 
Archive Date
09/15/2021
 
Point of Contact
Danielle A. Nuss, Phone: 4023098269
 
E-Mail Address
danielle.nuss.2@us.af.mil
(danielle.nuss.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W50S89-21-Q-DN01 is issued as a Request for Quote (RFQ) Solicitation Date: 20 July 2021 Description: Firm Fixed Priced Contract for the following items: The Nebraska Air National Guard needs one in-ground (permanent) under vehicle inspection system installed at the main gate entrance and have cables ran back to the main gate shack where the CPU terminals would be set up.� Ideal scanner would include high resolution cameras that show the full under carriage of vehicles regardless of length of vehicle, LED lighting, searchable database to compare prior images taken of vehicles, must be flush with the ground, and able to operate in Nebraska weather climates (extreme cold, snow, rain, hot and humid, etc). System will be placed on the exterior of the installation entry access area on the commercial vehicle lane way. This will provide the opportunity for security members to view and analyze the undercarriage of a vehicle prior to letting it onto the base and into further inspections. System should have an audio and/or visual alarm for any foreign objects or modifications to the undercarriage. Gatekeeper GKR-2011 or equal product Item 0001: Embedded Under Vehicle Inspection System with License Plate Reader, 1 package Item 0002: Installation, 1 job Item 0003: Operator Training, 1 job Optional Item 0004: Quarterly Preventative Maintenance, 4 jobs, Year 1 - starting after installation (please let us know estimated installation date) Optional Item 1004: Quarterly Preventative Maintenance, 4 jobs, Year 2 Optional Item 2004: Quarterly Preventative Maintenance, 4 jobs, Year 3 Optional Item 3004: Quarterly Preventative Maintenance, 2 jobs, 6 month extension (52.217-8) *Alternate Line Item Structure can be submitted. The contractor will be responsible for any and all permits, fees, licenses, certificates, inspections, authorizations, insurances etc. as required by any Federal, State, local or installation authorities necessary for the proper execution and completion of this work. All materials used by the contractor shall be new. The contractor shall remove all debris and provide for a final site cleanup and restore the site to original state as required. The contractor shall provide all supervision, labor, equipment, material and supplies required to finish the installation of the UVIS. For security reasons, drawings will be emailed directly to interested vendors.� Please email danielle.nuss.2@us.af.mil to request the drawings.� � Site Visit: A site visit on 19 August 2021 at 10:30 a.m. CST can be coordinated if you contact Danielle Nuss, danielle.nuss.2@us.af.mil no later than 09:00 a.m. CST 17 August 2021 with the names of the attendees.� Quotations Due: NLT 1:00 p.m. CST, 31 August 2021.� Quotes may be emailed to danielle.nuss.2@us.af.mil or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE� 68524-1801. Point(s) of Contact: Danielle Nuss, (402) 309-8269, danielle.nuss.2@us.af.mil Place of Contract Performance and FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 (for any shipping), installation will be at gate entry.� FOB Destination is preferred but Origin Pre-priced is acceptable.� Items shall be received and/or installation complete NLT 240 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a).� The North American Industry Classification System (NAICS) Code is 334290 and the small business size standard is 750 employees.� Classification Code is 63 � Alarm, Signal, Security Detection. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06, effective 12 July 2021. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation � Commercial Items applies and the following evaluation factor will be considered to meet the minimum requirements of the government: The contract will be awarded on the basis of best value (Technical, Past Performance, and Price).� -Technical Capability - Vendors are advised that their quote must include enough information for the Government to evaluate the products to be provided, the installation process to include but not limited to drainage and electrical plans, and what�s included in the operator training (i.e. how many attendees allowed, what�s covered, how long, etc) ensure that the quote provided meets the requirements of the customer�s needs. -Past Performance � Relevant and recent past performance will be reviewed. �The Contractor shall submit three (3) most recent contracts that are similar in size, scope, and complexity to this requirement. A contract is considered recent if it was completed within the last three (3) years of the closing date of the RFQ or is currently being performed. �Submit the contract number, POC, and a brief description of the work completed.� SPRS Supplier Risk Score to include CPARS and FAPIIS reports will also be reviewed. Quoters are also advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorably nor unfavorably (i.e. neutral). Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The following FARS provisions or clauses apply: 52.211-6, 52.232-39, 52.232-40.� The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.211-7003 (will be incorporated in full text), 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7048, 252.225-7974, 252.232-7003, 252.232-7006 (will be incorporated in full text), 252.232-7010, 252.232-7017, 252.239-7098 and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at https://www.acquisition.gov. 52.217-5 Evaluation of Options As prescribed in�17.208(c), insert a provision substantially the same as the following: Evaluation of Options (July 1990) Except when it is determined in accordance with FAR�17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-8 Option to Extend Services As prescribed in�17.208(f), insert a clause substantially the same as the following: Option to Extend Services�(Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within�30 calendar days. (End of clause) 52.217-9 Option to Extend the Term of the Contract As prescribed in�17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract�(Mar 2000) ������(a)�The Government may extend the term of this contract by written notice to the Contractor within�10 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�30 calendar�days before the contract expires. The preliminary notice does not commit the Government to an extension. ������(b)�If the Government exercises this option, the extended contract shall be considered to include this option clause. ������(c)�The total duration of this contract, including the exercise of any options under this clause, shall not exceed�5 years. (End of clause) OPSEC: Formal training is not required, however OPSEC Awareness training is offered at no expense to all contractors working on the installation via the Contractor Security Requirement memorandum. The following caveats, however, apply. Photography, video-taping, audio recording, or sketching of personnel, facilities, equipment or activities at NEANG facilities are prohibited, except as needed for performance of contract performance and with approval of the facility commander. Contractors should, however, report suspicious activities observed at NEANG facilities to the facility commander, officer or non-commissioned officer-in-charge.� Contractors will not disclose any details of the installation's infrastructure, operations, personnel staffing or specifics of their project on the installation.� Breach of security or antiterrorism requirements noted herein may impact eligibility or awarding of future contract.� The contractor�s employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times, and shall be subject to such checks as may be deemed necessary. The contractor shall ensure compliance with all regulations and orders of the installation, which may affect performance. The Government reserves the right to direct the removal of an employee from Government property or revoke access to Government systems for misconduct, security reasons, or any overt evidence of communicable disease. Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within Government controlled installation, facility, or area. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Government POC. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation�s Security Forces, Director of emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. For Contractors that do not require CAC, but require access to a DoD Facility and/or Installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (AFI 31-101 and AFI 10-245), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ad8a0d5a2504bf58585ff56e295b6c4/view)
 
Place of Performance
Address: Lincoln, NE 68524, USA
Zip Code: 68524
Country: USA
 
Record
SN06109380-F 20210826/210824230132 (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.