Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
MODIFICATION

63 -- Badge in/Badge out security system

Notice Date
8/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3450202A001
 
Archive Date
9/16/2010
 
Point of Contact
Michael B. Munoz, Phone: 7074247754, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
michael.munoz-02@travis.af.mil, josephine.cobb@travis.af.mil
(michael.munoz-02@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is F3Z1890176AQ01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 8 July 2010, Defense DCN 20100802 effective 2 August 2010, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is being set aside for small business's; the North American Industry Classification System (NAICS) code is 334290. The business size standard is 750. The Federal Supply Class (FSC) is 6350. The Standard Industrial Classification (SIC) is 3669. Travis AFB intends to award a purchase order for the upgrading of the security system to Bldg 250 to a Badge in and badge out system. CLIN0001- Upgrade the security system on the ground floor to bldg 250. Current system is a badge in, we will be adding a badge out side as well. See statement of work for more details. Award shall be made in the aggregate, all or none. 52.237-1 Site Visit- Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 23 August 2010. The site visit is Scheduled for Tuesday 24 August 2010 at 0900 HRs. Contractors are to meet in the pass and registration parking lot adjacent to the Travis AFB Visitors Center by 0845 HRs to proceed to the site and will begin promptly at 0900 HRs. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted back to FBO.gov to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 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 conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement listed in the description, CLIN 0001; (ii) price; (iii) Completion Date. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252-232-7003 Electronic Submission of Payment Requests DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-41 Service Contract Act of 1965 Wage Determination No: 2005-2069 Revision No: 6 Date of revision: 05/29/2008 FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires in Full Text In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference- www.farsite.hill.af.mil FAR 52.252-6 Authorized Deviation in Clauses- Defence Federal Acquisition Regulation 48 Chapter 2 DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All questions regarding the solicitation must be submitted to to me via email by 27 August 2010. Please send all offers to michael.munoz-02@travis.af.mil or fax to 707-424-5189 NO LATER THAN 01 September 2010, 1200, PST. Point of contact is Michael B. Munoz, Airman, Contract Specialist, telephone 707-424-7754. Alternate POC is Elizabeth A. Squires, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3450202A001/listing.html)
 
Place of Performance
Address: Bldg 250, travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02244215-W 20100819/100818000228-9f5ab1560369e0838e52823b364a93ae (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.