Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
DOCUMENT

63 -- Door Access and Camera Control System - FA5270-08-Q-M090-1 Request For Quotation

Notice Date
6/17/2008
 
Notice Type
FA5270-08-Q-M090-1 Request For Quotation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-08-Q-M090-1
 
Archive Date
7/8/2008
 
Point of Contact
George A Halley,, Phone: 315-634-3541, Lindsay Bengard,, Phone: 315-634-5820
 
E-Mail Address
george.halley@kadena.af.mil, lindsay.bengard@kadena.af.mil
 
Small Business Set-Aside
N/A
 
Description
Please see the attached PDF document for the formatted version of this Request For Quotation with diagrams. Response deadline is 24 June 2008, 10:00am Japan Standard Time (23 June 21:00pm Eastern Standard Time) REQUEST FOR QUOTATION RFQ Number: FA5270-08-Q-M090-1 Solicitation Issue Date: 18 JUN 08 From: 18th Contracting Squadron To: All Qualified Interested Parties Unit 5199, Bldg 95 Kadena Air Base, Japan APO AP 96368 Attn: Amn George Halley This is a REQUEST FOR QUOTATION (NOT A PURCHASE ORDER). Award will be issued based on the quotation that provides the best value to the government. Please respond to this RFQ by providing the following information, and returning one (1) copy to the 18th Contracting Squadron fax or email. FAX No: 011-81-611-734-4795 TEL: 011-81-611-734-5958 E-mail: george.halley@kadena.af.mil Responses must be received NLT: 24 Jun 2008, 10:00am (Japan Standard Time) ************************************************************************************* Item Description QTY Unit Price Extended Amount 0001 Door Access and Camera Control 1 EA $ $ System See statement of work for full requirements. Site visits can be arranged by contacting Amn Halley as above. Please provide the followings: Manufacture's Name: Brand: Model or Part Number: 0002 Installation 1 EA $ $ See statement of work for details * Specs, Catalogue, Sample or any information of "Or Equal" item shall be submitted with quotation. * STATEMENT OF WORK 1. OVERVIEW The 733 AMS Passenger Terminal is seeking replacement of the existing Advantor access control and Pelco CCTV system with a new, state of the art access control and CCTV system. The new system to be installed shall operate on an open software platform that can be integrated in with CCTV, Intrusion Detection System and Building Automation systems at any given time with other vendors' software programs, such as, but not limited to Lenel, Bosch Security, GE Security and Honeywell systems. All perimeter doors that are now controlled and or alarmed will be re-alarmed and controlled. 3 additional doors are to be controlled to prevent unauthorized ingress or egress. All CCTV cameras currently in place will be replaced with new high- resolution IP cameras with the addition of 2 additional cameras to monitor the additional doors that are to be controlled. Employees will be provided new identification badges that are U.S. General Services Administration (GSA) FIPS 201 Approved (minimum 250 badges). The new badges are to be printed out on the existing badge station (Data Card SP 35). 2. CONTROL CENTER AND MONITORING STATIONS All servers and workstations will be provided by the contractor. The system will consist of a rack mount server for the video management, an automation computer server and two security operation client workstations. Workstations shall be provided in the Security office and in the AMCC secured area for viewing and control. Video Management System server will be located in the Security office. The rack mount server will include a minimum 4 Terabytes of usable data storage with redundancy. The security operation center client workstation and the additional monitoring station in the AMCC will consist of as a minimum two dual core 1.6GHz processors each, 2GB of RAM, keyboards, mice and flat panel monitors. The control center workstation and server hardware and software shall provide all functions that are required for the system. The software shall be of a user-friendly design in order to ease training and administration of the system. Client and server licenses for all applications and operating systems will be provided by the contractor. 3. DOOR AND CAMERA FUNCTIONS a. Doors are currently equipped with Securitron 1,200 LB Mag. Locks controlled by standard proximity card readers. 3 single door and 2 double door locks shall be replaced with new 1,200 LB or better magnetic locks, that will mount in the same holes to avoid replacing doors. All other doors will use the current locks. The readers shall be replaced with new (GSA) FIPS 201 Approved readers with similar bypass capabilities as current ones. 19 egress bars (14 LHR and 5 RHR) are to be replaced for emergency egress. Currently equipped 100 dB horns (10 surface mount, 5 flush mount) shall be replaced with new exit alarms and strobes to annunciate when the door is forced open without a valid card read (key switch shall also be provided to silence and reset the alarms). b. All entry and exit functions from current setup on the Advantor system shall be replicated on the new system as well as all bypass functions currently programmed. c. 11 current and 2 new doors that will be controlled by card readers are as follows: i. Air Terminal Operation Center Door - New readers for ingress and egress ii. OUTBOUND - New readers for ingress and egress iii. OUTBOUND 2 - New readers for ingress and egress iv. GATE 1 - New readers with keypad for ingress and egress v. SHOGUN GATE - New readers with keypad for ingress and egress vi. SHOGUN GATE SIDE - New readers with keypad for ingress and egress vii. INBOUND - New readers with keypad for ingress and egress viii. BASE OPS - New readers for ingress and egress ix. BASE OPS 2nd FL. - New readers for ingress and egress x. KITCHEN DOOR BASE OPS - New readers for ingress and egress xi. 2nd Floor BASE OPS - New readers for ingress and egress xii. ADD 2nd Floor SIDE DOOR BASE OPS - New readers for ingress and egress xiii. ADD 1st Floor SIDE DOOR BASE OPS - New readers for ingress and egress xiv. ADD 1st Floor AMCC Flight line exit door - New readers for ingress and egress d. A total of 5 doors are to be alarmed, as follows. i. OUTBOUND Curtain doors (these doors are currently not alarmed) ii. INBOUND Curtain door (this doors are currently not alarmed) iii. BAY door iv. USO door v. 2nd FLOOR DINING ROOM door e. 17 CCTV cameras are to be replaced, and 2 new cameras installed as follows. i. Perimeter North wall, east corner to view doors 1&2 - New Day/Night IP fixed camera ii. Perimeter North Inbound baggage claim to view doors 4, 5, and 6 - New Day/Night IP fixed camera iii. Perimeter North Inbound baggage claim to view door 7 - New Day/Night IP fixed camera iv. Perimeter west wall to view door 11 - New Day/Night IP fixed camera v. Perimeter USC to view exit turnstile - New Day/Night IP fixed camera vi. Perimeter Exit vestibules to view alarm 4 - New Day/Night IP dome PTZ camera vii. Perimeter USC Wall to view west side entrance - New Day/Night IP fixed camera viii. Perimeter East side of entrance vestibule - New Day/Night IP dome PTZ camera ix. Perimeter East wall north to view door 8, 9 - New Day/Night IP fixed camera x. Perimeter Surami lounge outside area - New Day/Night IP fixed camera xi. Interior corridor wall to view door 8 - New IP mini dome camera xii. Interior entrance lobby - New IP mini dome camera xiii. Interior entrance lobby to view security screening - New IP dome PTZ camera xiv. Interior exit turnstile door - New IP mini dome camera xv. Interior Inbound baggage to view door 7 - New IP mini dome camera xvi. Interior 2r Fl to view hallway door - New IP mini dome camera xvii. Interior 2 Fl to view door 12 - New IP mini dome camera xviii. Interior 2nd Fl to view entry to newly alarmed exit door. xix. Interior 1st Fl to view exit of new alarmed AMCC Flight line door. 4. SCOPE OF WORK a. Work shall be completed by July 31, 2008, and take no longer than 10 days. b. The contractor will remove and replace all existing door and CCTV hardware, replace all existing wiring and remove old, replace all control boards and relocate any power circuits needed to accommodate the new system making use of existing electrical circuits that have been provided for the current system. The contractor will provide all ladders and lifts needed to perform work with no requirements from the Air Force except for access to the facility. The contractor will install and configure all software functions and will help setup a new database of card holders. All doors shall be programmed with anti-passback measures to prevent card holders from being able to pass cards to another person for egress. All new wiring will be installed in false ceiling and meet required fire codes. All wall penetrations will be sleeved and fire stopped according to National Fire Codes and recorded with pictures for documentation to the customer. b. The contractor will provide AutoCAD, or equal, drawings after work is completed showing wire pathways and hardware placement as part of documentation to customer. The contractor will provide at least 1 secret level cleared person on site at all times during installation. Any wiring, Electric Metallic Tubing and miscellaneous materials and hardware needed will be included in the installation price. 5. WARRANTIES The contractor will provide a minimum 1 year warranty on workmanship of the installation. All OEM components will carry as a minimum the original equipment manufacturers warranty. *Lack of registration in the CCR database will make your firm ineligible for award. The Contractor is required to confirm annually that its information in the CCR database is accurate and complete, (IAW DFAS 252.204-7004 Required Central Contractor Registration, Mar 00) The following clauses apply. You can find clauses by full text at http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, is the lowest priced technically acceptable, and is determined to be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price is approximately equal to quality in importance. 2. Quality of the equipment meets or exceeds the minimum standard. Delivery Schedule is less important than price or quality. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006) An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. (a) Definitions. As used in this provision -- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ___ TIN:--------------------------------------------------------- ___ TIN has been applied for. ___ TIN is not required because: ___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; Offeror is an agency or instrumentality of a foreign government; ___ Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other-------------------------------------------------------- (5) Common parent. ___ Offeror is not owned or controlled by a common parent; ___ Name and TIN of common parent: Name------------------------------------------------------------------- TIN-------------------------------------------------------------------- (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not s joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American Act--Supplies.'' (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms Bahrainian end product, "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, and (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product • Listed Countries of Origin: • • • • • • (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] ( )(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. ( ) (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k)((1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (k)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____ (Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.) (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (2) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (3) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note). (4) ___ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) ___ 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a). (6) ___ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (7) ___ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (8) ___ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (9) ___ 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (10) ___ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (11) ___ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (12)(i) ___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (13) ___ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (14) ___ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (15) ___ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) ___ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) X_ 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). (18) ___ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (19) ___ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ___ Alternate I (MAR 2000) of 252.247-7023. (iii) ___ Alternate II (MAR 2000) of 252.247-7023. (iv) _X__ Alternate III (MAY 2002) of 252.247-7023. (21) ___ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 252.225-7031   Secondary Arab Boycott of Israel. As prescribed in 225.7605, use the following provision:  SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) (a) Definitions. As used in this provision- (1) "Foreign person" means any person (including any individual, partnership, corporation, or other form of association) other than a United States person. (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in 50 U.S.C. App. 2415(2) and means- (i) Any United States resident or national (other than an individual resident outside the United States who is employed by other than a United States person); (ii) Any domestic concern (including any permanent domestic establishment of any foreign concern); and (iii) Any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern that is controlled in fact by such domestic concern. (b) Certification. If the offeror is a foreign person, the offeror certifies, by submission of an offer, that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. 2407(a) prohibits a United States person from taking. (End of provision) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Squadron ombudsman, Lt Col Mario J. Troncoso, 18th Contracting Squadron, Kadena AB, Okinawa, Japan, phone number: 011-81-611-734-1828, facsimile number 011-81-611-732-9093. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Squadron Ombudsman level may be brought by the concerned party for further consideration to the MAJCOM ombudsman, Katherine Stockton, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, phone number (808)449-8570, facsimile number (808) 449-8571. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM Ombudsman level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 1. NOTICE TO OFFERORS: The Government may award a contract resulting from this request for quotation to the responsible offeror whose offer conforming to the request for quote will be most advantageous to the Government, Price and Delivery. All offerors are requested to provide commercial shipping to Kadena Air Base, Japan. FOB Destination to Kadena Air Base, Japan is the preferred method of delivery for all orders. Please fill out all requested information. If incomplete, you may be excluded from competition. If you are quoting on an exact item as specified in the item description, please state "quoting exact item." If you are quoting an equal item, please provide manufacturer's name and specification or detailed catalog excerpt. If you do not provide any comment, we assume you are quoting on the manufacturer and part number as stated in the item description. Supplies are of domestic origin unless indicated otherwise. If you intend on quoting equal items, quotes will not be considered without the manufacturer's part number and specifications or detailed catalog excerpt. If you are unable to quote, please advise. 2. SHIPPING INFORMATION: METHOS OF SHIPPING POINT OF DELIVERY NOTE U.S. Postal Service (USPS) Or Commercial Carrier (FEDEX, DHL, UPS etc.,) All orders that can be delivered to Kadena AB, *MUST* be sent via USPS using either Parcel Airlift Mail (PAL) or Space Available Mail (SAM) to: APO AP 96368 Note: US Mail can be used for APO AP 96368 FEDEX & DHL can be use with Physical Address Local Vendors (Okinawa) Delivery Orders to the Military Installation, Building # (BLDG) and Point of Contact (POC) indicated on contract Delivery Schedule. Call the Contract Administrator if you require directions or additional delivery information. See Pg 1 for information. FOR ALL ORDER FOB destination is desired for all orders. Complete shipping instructions will be included in the purchase order. 3. DEFINITIONS: • "F.O.B. Destination" means Free On Board at Destination; i.e., the seller or consignor delivers the goods on seller's or consignor's conveyance at Destination. Unless the contract provides otherwise, cost of shipping and risk of loss are borne by the seller or consignor. (Cost of shipping is included in the line item price and delivery is to APO, AP (Kadena AB, Okinawa, Japan).) • "F.O.B. Origin" means Free On Board at Origin; i.e., the seller or consignor places the goods on the conveyance by which they are to be transported. Unless the contract provides otherwise, cost of shipping and risk of loss are borne by the buyer or consignee. • Origin - Shipped from your address (City & State) • Other - Address (City & State) different from your mailing address FOB (SEE ABOVE DEFINITIONS) FROM TO  (CIRCLE ONE)  SHIPPING COST NOT-TO-EXCEED AMOUNT EST. WEIGHT, # OF BOXES, & CARRIER DESTINATION KADENA AB, OKINAWA, JAPAN ORIGIN (PLEASE FILL OUT ALL INFORMATION ON THE RIGHT) KADENA AB, OKINAWA, JAPAN * * OTHER (PLEASE FILL OUT ALL INFORMATION ON THE RIGHT) KADENA AB, OKINAWA, JAPAN 4. VENDOR'S QUOTE INFORMATION: PAYMENT TERMS ESTIMATED DELIVERY DATE QUOTE EXPIRATION DATE WARRANTY QUOTED BY 5. GSA INFORMATION: (Complete Only If Quoting GSA Prices) GSA CONTRACT # GSA CONTRACT EXPIRATION DATE CONTRACT MINIMUM ORDER $ AMOUNT CONTRACT MAXIMUM ORDER $ AMOUNT QTY. PRICE BREAK 6. VENDOR INFORMATION: ORDERING ADDRESS REMIT TO ADDRESS POINT OF CONTACT CAGE CODE E-MAIL ADDRESS PHONE NUMBER FAX NUMBER DUNS NUMBER TAX ID NUMBER SIZE OF BUSINESS WEB ADDRESS
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49df7f7d821c5c61fc88f65c446bdf93&tab=core&_cview=1)
 
Document(s)
FA5270-08-Q-M090-1 Request For Quotation
 
File Name: Request For Quotation PDF (FA5270-08-Q-M099-1.pdf)
Link: https://www.fbo.gov//utils/view?id=683d97b8f6e8913ab8e5e7fb879cc878
Bytes: 713.55 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Kadena AB, Okinawa Japan, APO AP, Non-U.S., 96368, United States
Zip Code: 96368
 
Record
SN01594680-W 20080619/080617221021-fcea43ac09d62ffeb9f22e65c3b16518 (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.