Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

63 -- Camera Security System

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568
 
ZIP Code
99011-8568
 
Solicitation Number
FA4620-06-Q-A089
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation FA4620-06-Q-A089 is issued as a request for quote, on an unrestricted basis, utilizing Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. NAICS Code is 561621. Small business size standard is $11.5M. Unit Small Business Specialist is Ms. Marion Nelson (509) 247-4880; link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov: link to unit public information: http://www.fairchild.af.mil/lgcons. The contractor shall provide a Camera Security System, in accordance with the attached Statement of Work. The following attachments are incorporated as part of this solicitation and can be downloaded at link: http://www.fbo.gov. 1) Pricing Schedule, 2) Statement of Work, 3) Wide Area Workflow instructions and 4) Base Access Procedures. Submission of Quotes: Quotes may be faxed to Sandy Barnes at (509) 247-8685 or emailed to sandy.barnes@fairchild.af.mil. Submit the following items with the quotations: 1) Pricing Schedule, 2) Technical Solution/Installation Plan and 3) Completed Representations and Certifications as required in FAR 52.212-3 (accessible at the Air Force Site, http://farsite.hill.af.mil). Offers are due by 29 Sep 2006 no later than 2:00 P.M. Anticipated award date is 30 Sep 2006. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. 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 OFFER DUE DATE. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006) [in addition, the contractor shall provide an Installation Plan (to include technical solution, reference/listing of standard installation practices, list of materials, and drawings/sketches], FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements, the statement of work and provides the best value to the government based on the following factors: 1) Price and 2) Technical Solution. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jun 2006). The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2006) FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2005), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2006) under para (b), the following clauses are incorporated: (14) FAR 52.222-3 Convict Labor (Jun 2003) (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (17) FAR 52.222-26 Equal Opportunity (Apr 2002), (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (19) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (26) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), and DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2006) under para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005), DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) ( X Alternate III) (May 2002) and DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), AFFARS 5352.201-9101 Ombudsman (Aug 2005),[The fill-in for para (c), MAJCOM ombudsman, is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil .], AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002)
 
Place of Performance
Address: Fairchild AFB Washington
Zip Code: 99011
Country: UNITED STATES
 
Record
SN01153918-W 20060927/060925220800 (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.