Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2024 SAM #8255
SOLICITATION NOTICE

J -- Crow Creek Camera Upgrade

Notice Date
7/2/2024 12:35:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461324Q1045
 
Response Due
7/18/2024 10:00:00 AM
 
Archive Date
08/02/2024
 
Point of Contact
Mimi Robertson Lake, Phone: 3077735671, Lou Bustillo, Phone: 3077734751
 
E-Mail Address
mimi.robertson_lake@us.af.mil, maria_lourdes.bustillo@us.af.mil
(mimi.robertson_lake@us.af.mil, maria_lourdes.bustillo@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461324Q1045 Purchase Description:�Crow Creek Camera Upgrade This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1045, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 561621-Security Systems Services (except Locksmiths), with a small business standard of $25 Million. The Government intends to award one (1) Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-05 effective 22 May 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 30 May 2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 12 June 2024. DESCRIPTION OF ITEMS/SERVICE: All CLIN's F.O.B. Destination. F.E. Warren AFB is seeking to replace and install a stand-alone camera system with viewing capabilities to observe Western Crow Creek FEW AFB perimeter boundary, Eastern Crow Creek FEW AFB perimeter boundary, and North perimeter boundary of FEW AFB. Installation will also include monitored viewing and recording capability of locations that must occur at Building 34, Base Defense Operations Control center (BDOC).� The Contractor shall remove and dispose of broken/non-functional hardware. The contractor shall provide ALL management, tools, materials, equipment, and labor necessary to perform camera installation services at F. E. Warren (FEW) Air Force Base (AFB), Wyoming, in accordance with all applicable federal, state, local laws and regulations and Attachment 1 - Performance Work Statement (PWS). The Contractor shall provide a one (1)-year workmanship warranty and all manufacturer�s equipment warranties, with on-site repair with a 72-hour response time. The Contractor shall coordinate with the Government before purchasing camera system(s) or validate/verify with the customer to use any existing government camera equipment.� CONTRACTOR SHALL PROVIDE A BREAKDOWN OF THE EQUIPMENT TO BE INSTALLED, as well as subsequent data sheets and documentation to further explain the capabilities of the equipment. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 1 - Performance Work Statement (PWS) Table 1.1. Identify the make, model, and camera specs within the quote. CLIN STRUCTURE: Shipping/installation cost, and all costs, direct and indirect, must be included in the line-item cost. CLIN 0001: Western Crow Creek perimeter boundary camera upgrade/repair Quantity: 1����� Unit of Issue: Each Price: $_____________ CLIN 0002: Eastern Crow Creek perimeter boundary camera upgrade/repair Quantity: 1 ���� Unit of Issue: Each Price: $_____________ CLIN 0003: North perimeter boundary camera upgrade/repair Quantity: 1 ���� Unit of Issue: Each Price: $_____________ TOTAL EVALUATED PRICE (Total of CLINs 1-3): ����������� $��������������������������������� LIST OF ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Offeror Response Form Attachment 3 - Supplemental Clauses Attachment 4 - Applicable Provisions and Clauses PLACE OF DELIVERY: 27100 GARRISION LP BLDG 34 STE 162, Francis E. Warren AFB, WY 82005 PERIOD OF PERFORMANCE/ DELIVERY DATES: Contractor shall complete the entirety of the project for a fully functional/operational system within 120 calendar days after contract award. SITE VISIT: It is the contractor�s responsibility to confirm all equipment, measurements, etc. Attendance to the site visit is highly recommended. A site visit of the facility will be conducted on Friday, 12 July 2024, at 8:30 AM Mountain Time (MT). If your company plans to attend, please notify this office no later than 2:00 PM MT, Tuesday, 09 July 2024. Please mimi.robertson_lake@us.af.mil AND sherry.duggan.2@us.af.mil. In the event that you require base access passes, please state the need in your site visit confirmation email. A valid driver�s license, state issued identification card or passport, and automobile insurance will be needed. FAILURE TO PROVIDE CONFIRMATION OF ATTENDANCE OR PROPER DOCUMENTATION WILL RESULT IN BASE ACCESS DENIAL. QUESTIONS: Questions shall be received no later than Thursday 11 July 24 at 2:00 PM MT (Mountain Time). Forward questions by e-mail to mimi.robertson_lake@us.af.mil and maria_lourdes.bustillo@us.af.mil QUOTES: Responses/quotes MUST be received no later than Thursday 18 July 24 11:00 AM MT (Mountain Time) in order to be considered timely. Forward responses by e-mail to mimi.robertson_lake@us.af.mil and maria_lourdes.bustillo@us.af.mil. Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered. If a late quote is received before award is made, only the Contracting Officer could make the determination that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. **The contractor must submit specification sheets of the products' make and model, along with pictures with their quote.** **The contractor must submit the Contract Manager Information showing compliance with Section 7 of the Performance Work Statement.** **The contractor must submit a Schedule/Work Plan detailing delivery and installation ensuring requirements listed in the PWS are met and completed within 120 days of contract award.� The Schedule/Work Plan must clearly show that the contractor fully understands the requirements in accordance with the PWS. **The contractor must submit a statement that Warranty includes on-site repairs, ALL parts, labor and replacements as necessary, and ALL other costs associated with on-site repairs with a 72-hour response time. OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for small business set-aside to SAM.gov. Only quotes submitted by businesses holding NAICS Code 561621 will be accepted by the Government. Notice to Offeror. The government reserves the right to cancel this Request for quotes (RFQ), either before or after suspense date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payment for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred. Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors. Delivery/Assembly. All items will be delivered, assembled, and installed IAW the Attachment 1 � Performance Work Statement. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. 3. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. 4. The Government will consider all quotes that are timely received and may not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. 5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: 5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: 5.1.1 Cover page or a completed copy of Attachment 2 � Contractor Response Form to include the offeror�s: 5.1.1.1 Company Name and Company Doing Business As (if applicable) 5.1.1.2 Physical Address 5.1.1.3 Cage code and/or Unique Entity ID 5.1.1.4 Point of Contact 5.1.1.5 Phone number 5.1.1.6 Email address 5.1.1.7 Business Type 5.1.1.8 Delivery time 5.1.1.9 Statement of Understanding of Attachment 1 � Performance Work Statement 5.1.2 Firm Fixed Pricing to include: 5.1.2.1 Price Per Unit 5.1.2.2 Price Per CLIN 5.1.2.3 Total Price 5.1.2.4 Discount Terms (if applicable) 5.1.2.5 Quote Number (if applicable) 5.1.3 Technical Capability 5.1.3.1 Quote must identify the make and model for CLIN 0001, CLIN 0002, and CLIN 0003. 5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government�s need and is IAW the PWS. 5.1.3.3 Quote must include the standard commercial warranty for CLIN 0001, CLIN 0002, CLIN 0003. 5.1.3.4 Quote must include Contract Manager Information. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: 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 and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA Offer). The following factor(s) shall be used to evaluate offers: Technical Capability: items meet the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive. Price:��submit a detailed breakdown of costs showing ALL equipment to be installed and materials, labor, equipment, tools, shipping, ALL direct and indirect costs to complete the requirement IAW the PWS. 2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. 2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. 2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55ee9970dc914bcf8cca5b7a56428a96/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07115068-F 20240704/240702230110 (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.