Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

63 -- Install Security Monitoring System - Requirements

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-10-T-5008
 
Point of Contact
TJ Wolski, Phone: 719-556-5361, Jamie Dufrene, Phone: 719-556-4875
 
E-Mail Address
terrie.wolski@peterson.af.mil, jamie.dufrene@peterson.af.mil
(terrie.wolski@peterson.af.mil, jamie.dufrene@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis State of Work (1) 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 being requested and a written solicitation will not be issued. (2) This solicitation, FA2517-10-T-5008, is being issued as a Request for Quote (RFQ). Simplified Acquisition Procedures (SAP) are being used for the solicitation and award of this requirement pursuant to the "Test Program for Certain Commercial Items" (FAR Subpart 13.5). (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. (4) This procurement is a small business set aside with no geographic limitations. The NAICS code is 561621, Security System Services (except locksmiths), with a size standard of $12.5 million. (5) Contractor shall utilize the below line item structure when preparing quotes: CLIN 0001 Description: Installation of Security Monitoring Non-personal services to provide all tools, equipment, transportation, personnel, to include supervision and all other items necessary for the installation of a Camera Security in Building 218 Fire Department. System must have the capabilities to view all stall floor area from 2 angles. Cameras to be located on exterior of stalls for flightline and street side of facility. Additional areas of coverage are required at the front main entrance, patio entrance, flightline personnel door, mezzanine and generator and air conditioner area. Control and viewing systems must be located in Bldg 845, 1158 and 218. Cameras shall be of high resolution and have recording capabilities. (6) Description of Requirement: Non-personal services to provide all tools, equipment, transportation, personnel, to include supervision and all other items necessary for the installation of a camera security system in building 218 in accordance with (IAW) the Statement of Work (Atch 1). (7) Proposed delivery and install time is to be 4 to 6 weeks after contract award to 21 CES/FES on Peterson AFB, CO. (8) FAR 52.212-1 - Instructions to Offerors-Commercial Items. Refer to www.arnet.gov/far (a) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449 (attached) or letterhead stationary or as otherwise specified in the solicitation. At a minimum, offers must show: (1) Solicitation Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (5) Terms of express warranties, if any; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgement of solicitation amendments, if any; (10) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (b) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. (9) FAR 52.212-2 Evaluation - Commercial Items, 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 will be used to evaluate offers: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 12.602, as supplemented. Award will be made to the technically acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the requirements. Technical acceptability will be evaluated on all offers on a PASS/FAIL basis. Include prices for the entire project. Ensure technical requirements and specifications are met in accordance with (IAW) the Statement of Work (SOW) (Atch 1). Failure to meet any of the requirements may result in rejection of the entire offer. A partial quote will not be considered. Factor 1 - Technical Portion: Technical acceptability will be evaluated on all offers on a PASS/FAIL basis. Ensure technical requirements and specifications are met in accordance with (IAW) the SOW (Atch 1). Factor 2 - Price: Only those offerors determined to be technically acceptable will be considered for award. Include prices for the entire project. Award will be made to the lowest-priced quote meeting the technical acceptability factors. 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. 10) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (www.bpn.gov ) at the time of quote submittal. Include a completed copy of provision FAR 52.212-3 with offer. 11) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 13) FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.216-31, Time-and-Materials/Labor Hour Proposal Requirements - Commercial Item Acquisition; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services: For the purposes of this clause, the blanks are completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days before the expiration of the contract; FAR 52.217-9, Option to Extend the Term of the Contract: For the purposes of this clause, the blanks are completed as follows: (a) 15 calendar days and 60 days. (c) 5 years and 6 months; FAR 52.232-18, Availability of Funds; FAR 52.233-2, Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-6, Inspection -Time-and-Materials and Labor-Hour; FAR 52.249-14, Excusable Delays; FAR 52.253-1, Computer General Forms; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7002, Requests for Equitable Adjustment; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); AFFARS 5352.201-9101, OMBUDSMAN; For the purposes of this clause, the blanks are completed as follows: c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenburg St. Ste 1005, Peterson AFB, CO 80914-4350, 719-554-5250, Fax 719-554-5299, A7K.WF@AFSPC.AF.MIL; AFFARS 5352.223-9001, Health and Safety on Government Installations; and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. 14) N/A 15) QUOTES DUE DATE: Quotes may be submitted via mail to 21 CONS/LGCAB, Attn TJ Wolski, Building 1324, 580 Goodfellow St, Peterson AFB, CO 80914, or fax at 719-556-4752 by; or email: terrie.wolski@peterson.af.mil by 17 September 2010 at 2:00 pm MST 16) CONTACT INFORMATION: Should there be any questions regarding this solicitation please contact TJ Wolski at 719-556-5361 or via email at terrie.wolski@peterson.af.mil. 17) SITE VISIT: A site visit will be conducted at Peterson Air Force Base on 13 September 2010 at 1:00 pm Mountain Standard Time. Submit the name(s) and include each Social Security Number (SSAN), date of birth, and place of birth of all attendees (limit two per offeror) to 21 CONS/LGCAB, Attn: TJ Wolski, email: terrie.wolski@peterson.af.mil or fax at 719-556-9292 by close of business 10 September 2010. Direct any questions to TJ Wolski at 719-556-5361.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-10-T-5008/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02275843-W 20100911/100910000836-4352ea33165133f6a893adef47c646c5 (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.