Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
MODIFICATION

63 -- Audio Visual system - Responses to Questions

Notice Date
4/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047041211
 
Archive Date
5/12/2011
 
Point of Contact
Robert De La Rosa, Phone: 2106711725
 
E-Mail Address
robert.delarosa.1@us.af.mil
(robert.delarosa.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Answer and Questions REQUEST FOR QUOTE SOLICITATION NUMBER FA3047041211 Quotes due by Tuesday, 27 April 2011, 1:00 PM Central Standard Time (CST) The quote shall be valid through 12 May 2011 1. This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is a 100 percent Small Business Set-Aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-46 and DFARS Change Notice 2010124. The North American Industry Classification System (NAICS) code is 561621 and the size standard is $12.5M. Solicitation number FA3047041211 is issued as a request for quotation (RFQ). FAR Clause 52.214-21, "Descriptive Literature" is applicable to this solicitation. The Contract Line Items Number (CLIN) for this solicitation is as follows: CLIN 0001: Stand Alone secure classified Audio and Visual equipment and materials. CLIN 0002: Installation of Standalone secure classified Audio and Visual system to include materials. ****Note: See attached PWS, Base Map and drawings for location of system requirements**** 2. Site survey will be conducted on the 13 April 2011, 9:00 AM CST. The contractor is encouraged to attend a site survey in coordination with Government representatives (and Detachment 2, 22nd Training Squadron personnel) to determine specific site requirements. It is the responsibility of the contractor to coordinate with the Contracting Office in order to gain access to Lackland AFB if you require a base pass. The contractor shall only be allowed no more than two personnel to attend. Request shall include the names of the individual who will attendance and include the company name, their dates of birth, and state identification or drivers license numbers (include the state of issue) if you require a base pass. All parties interested in attending shall submit their request not later than 12 April 2011, 3:00 PM CST to robert.delarosa.1@us.af.mil in order to process access. All information submitted shall be protected in accordance with provisions under Privacy Act of 1974. Note: All contractors shall provide their own safety equipment for site visit for each person who will be entering construction site: Hard Hat, Safety glasses and Reflective vest. Place of performance is located DET2 22TRS, 1025 Femoyer St., Lackland AFB, TX 78234 3. Basis for Award. 802 CONS will issue a purchase order to the contractor who is determined to offer the Best Value to the Government for the purchase of this system. 4. Best Value Evaluation. For this procurement, the Best Value determination will be made based on a Lowest Price Technical Acceptable (LPTA) approach. (a) Technical Acceptability: The Government will first evaluate the Technical Acceptability of all timely quotes. Vendors shall quote on all line items in the Bid Schedule. Any response/quotation that fails to cite a price for each item or fails to make an entry that indicates line item will be provided at no charge will be rejected as Technically Unacceptable. A vendor's quote/response will be determined technically acceptable if it meets the requirements of this paragraph and the following factor is determined Technically Acceptable. Any quote that fails to meet the requirements of this paragraph or is rated technically unacceptable in the factor below will be technically unacceptable overall and will be ineligible for award. (i) Factor 1: Technical Evaluation. In order to be determined Technically Acceptable for this factor, vendors must provide a quote on line items. Item quotes must list the manufacturer and part number and must be accompanied by literature and/or a brochure including photographs and/or drawings. The descriptive literature must demonstrate how the proposed meets the characteristics listed in the PWS. (b) Evaluation: Next, the Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted with each other. Prices will be ranked by total evaluated price. 5. Best Value Determination. The lowest priced technically acceptable quote/response will be determined to represent the Best Value. Award will be made to the vendor whose quote is the lowest evaluated price among all technically acceptable quotes. 6. "Descriptive Literature" FAR 52.214-21, applies to this RFQ. Descriptive literature is required with any submission. Failure to provide descriptive literature will be cause for rejection of your quote. Additionally, if the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the quote. The following clauses and provisions apply to this solicitation: FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The vendor agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of quotes. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, vendors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Vendors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate quotes: (1) Technical Acceptability (2) Price. The evaluation factors are listed in descending order of importance with the technical acceptability carrying significantly more weight than price. Only firm-fixed price offers will be evaluated. The Government will first evaluate the technical acceptability of all offers. Award will be made to the vendor whose quote is the lowest evaluated price among all technically acceptable quotes. Award shall be made to that vendor without further consideration of any other quote. The Government intends to evaluate quotes and award a contract without discussions with vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All responses that meet the criteria contained within will be considered. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: paragraph (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.214-21 - Descriptive Literature FAR 52.219-1 - Alt 1, Small Business Program Representations FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-50 - Combating Trafficking in Persons FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.252-2 - Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) FAR 52.211-17 - Variation in Estimated Quantity FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.247-34 - F.o.b. - Destination. DFARS 252.204-7003 - Control of Government Work Product DFARS 252.204-7004 - Deviation DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. 7. Response to RFQ. Written quotes are due no later than 27 April, 2011, 1:00 PM CST. Quotes must be submitted to POC: Robert De La Rosa at 802ND CONS/LGCA, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-3360, or emailed to robert.delarosa.1@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f). 8. Late Quotes/Responses. Quote must be received by 27 April 2011, 1:00 PM CST in order to be considered timely. If the vendor is emailing his response directly in accordance with paragraph 7 above, then that email must be sent to robert.delarosa.1@us.af.mil by the due date specified. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quotes is "late" and will not be considered unless it is the only quote received. 9. If you have any questions, contact the buyer, Robert De La Rosa, at (210) 671-1725 or via e-mail at robert.delarosa.1@us.af.mil or the Contracting Officer, Mrs. Susan Edwards at (210) 671-1721.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047041211/listing.html)
 
Place of Performance
Address: DET 2 22TRS, 1025 Femoyer st., Lackland AFB TX, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02418829-W 20110408/110406234950-68ee4f969ad947967d86a5ca407f68ec (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.