Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

70 -- Youth Center CCTV - PWS

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M35V0190A001
 
Point of Contact
Brandi L Shellhammer, Phone: 8439635165
 
E-Mail Address
brandi.shellhammer@charleston.af.mil
(brandi.shellhammer@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS: date 9 Jul 10 COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M35V0190A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, Effective 2 Aug 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561621with an $12.5 million size standard. (v) Contractors shall submit a lump sum quote 0001, QTY 1 EA, Purchase and install CCTV components for the Youth Center Located on the Naval Weapons Station (NWS) Charleston SC. NWS Current system is Model DVR 16TN by Speco Technologies. Useable equipment from an existing CCTV system (DVR DX81 Series by Pelco) is to be uninstalled and removed from the Child Development Center located on Charleston Air Force Base (CAFB) and installed at the NWS Youth Center. Package shall provide seamless interface and be fully coordinated with existing CCTV infrastructure and equipment. Shall be complete and functioning once complete. See attached performance work statement for more guidance. A site visit will be conducted on 26 Aug 2010 at 10:00 am Eastern standard time. All contractors shall meet at the Naval Weapons Station Youth Center BLDG 788 Located on Dekegiles Rd, Goose Creek, behind the Navy Exchange. Contractors will not require base access, Youth Center is located before gate entrance. Contact, Brandi Shellhammer, at 843-963-5165 NLT 24 Aug 2010 with the names of all who plan to attend and any directions needed. Any questions will need to be submitted NLT 27 Aug 2010 @4:30PM Eastern Standard Time. Questions after this time and date will not be accepted. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation, which shall be considered. (vi) F1M35V0190A001 Remove useable CCTV Components from CAFB and Purchase/ Installation remaining components of System/Package for a fully functioning CCTV system on NWS, South Carolina. (See attached performance work statement). (vii) Base performance period is upon completion of construction. Vendors shall have all equipment, materials, and resources on hand for system installation. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. Technical factors are significantly more important than price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Sep 2010 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M35V0190A001 (xvi) Address questions to Brandi Shellhammer, Contract Specialist, at (843) 963-5165, fax (843) 963-5183, email brandi.shellhammer@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M35V0190A001/listing.html)
 
Place of Performance
Address: Charleston Air Force Base / Goose Creek Naval Weapons Station SC, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02248898-W 20100822/100820235245-30d52dc0b057ac6e7070e5fe3c9e3ff8 (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.