Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

N -- Dorm Security System - Statement of Work

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-09-Q-0037
 
Point of Contact
Michael A Mealiff, Phone: 660-687-5461, James D McCoy, Phone: 660-687-5435
 
E-Mail Address
michael.mealiff@whiteman.af.mil, james.mccoy@whiteman.af.mil
(michael.mealiff@whiteman.af.mil, james.mccoy@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW - Install Security Cameras at three (3) Whiteman AFB dorm buildings This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-09-Q-0037. The point of contact for this RFQ is Lt Michael Mealiff at (660) 687-5461 or michael.mealiff@whiteman.af.mil. Requirement: Provide fully functional Security Camera System at Atlantis Hall(Bldg 1552), Discovery Hall(Bldg 1561), and Endeavor Hall(Bldg 1559) on Whiteman Air Force Base. Offers are to be in accordance with the attached Statement of Work (SOW) dated 26 Aug 2009. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, Defense Acquisition Circular 20090825, and Air Force Acquisition Circular 2009-0803. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965. FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.232-16, Progress Payments; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; AFFARS Clause 5352.201-9101, Ombudsman Clause; AFFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Department of Labor Wage Determination Decision No.: 2005-2307, Revision No.: 8; Dated: 05/26/2009 shall be incorporated into the contract award. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(b). The North American Industry Classification System (NAICS) code for this acquisition is 238210. For the purpose of this procurement the small business size standard is $14 Million. The need for customary progress payments conforming to the regulations in Subpart 32.5 of the Federal Acquisition Regulation (FAR) will not be considered as a handicap or adverse factor in the award of the contract. The Progress Payments clause included in this solicitation will be included in any resulting contract, modified or altered if necessary in accordance with subsection 52.232-16 and its Alternate I of the FAR. Even though the clause is included in the contract, the clause shall be inoperative during any time the contractor's accounting system and controls are determined by the Government to be inadequate for segregation and accumulation of contract costs. A site visit will be held on Thursday, 3 September 2009 @ 9:30 AM. Prospective offerors will meet Lt Michael Mealiff at the Whiteman AFB Visitors Center by 9:15 AM the day of the site visit for issuance of a temporary base pass. Any prospective offeror shall RSVP to Lt Michael Mealiff via email at least 24 hours prior to the start of the site visit. Vendors shall supply the following information to the contract specialist by 2:00 PM CST, Wednesday, 2 September 2009: - Company Name - Name(s) of attendees (Last, First) - Contact information Award will be based on the best value to the Government. Evaluation factors will consist of lowest price technically acceptable (LPTA). Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: michael.mealiff@whiteman.af.mil or by FAX to (660) 687-5462 to the attention of Lt Michael Mealiff. NOTE: Quotations must be received by 9 September 2009, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. The primary consideration in evaluation of quotes received is the overall cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-09-Q-0037/listing.html)
 
Place of Performance
Address: Location 1: Atlantis Hall, Building 1552, Location 2: Discovery Hall, Building 1561, Location 3: Endeavor Hall, Building 1559, Whiteman Air Force Base, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01926932-W 20090828/090827000021-0e49fc036184e734dd46775f903468ef (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.