Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

58 -- Security Camera's and Equipment

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 CONS, 511 North Torch Blvd, Cannon AFB, New Mexico, 88103-5109
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-11-Q-0129
 
Point of Contact
Michael R Fisher, Phone: 575-784-1661, Amy K. Gisler, Phone: 575-784-1326
 
E-Mail Address
michael.fisher@cannon.af.mil, amy.gisler@cannon.af.mil
(michael.fisher@cannon.af.mil, amy.gisler@cannon.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 for this procurement is FA4855-11-Q-0129 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110725, and Air Force Acquisition Circular (AFAC) 2011-0714 The North American Industry Classification System (NAICS) is 333315 Photographic and Photocopying Equipment Manufacturing. Small Business Size Standard is 500 employees. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line items: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s): 1 (ea) Tsunami MP 8100 Base Station Unit, 300mbps, 5.8ghz, MIMO 3x3, Type-N Connectors 1 (ea) 4.9 - 5.95 ghz, dual polarity, vertical and horizontal, 14 dBi Sector antenna - 90 degrees 2 (ea) Cable, 10ft, N-Male / N-Male, 400 series 5 (ea) Surge protector for PoE, 1000 Mbps w/ shielded RJ45 1 (ea) Tsunami MP 8100 Subscriber Unit, 300 Mbps, 5.8ghz, MIMO 3x3, Type-N Connectors 1 (ea) 5.8ghz (5.15-5.875) Subscriber Antenna, 23 dBi, Dual V/H, 9/9, N-Type Female 1 (ea) Tsunami MP 8150 Subscriber Unit, 300mbps, 5.8ghz, MIMO3x3, Type-N Connectors 2 (ea) Cable, 4ft, N-Male / N-Male, 400 Series 2 (ea) Tsunami QB 8150 Link, 300mbps, 5.8ghz, MIMO 2x2, 23dBi integrated antenna 2 (ea) TP-LINK Ethernet Switch - 5 port - TL-SG1005D 2 (ea) AXIS T90A66 Pole Bracket 2 (ea) AXIS T90A32 IR-LED 30-60 DEG 6 (ea) Pole mount adapter accessory for the AXIS 213 6 (ea) S-Type cooldome active cooling 6 (ea) AXIS P1347 5MP, Day/Night, Fixed Camera 2 (ea) Mobotix T24 INFO Module 2 (ea) Mobotix T24 10 Key Module 2 (ea) IP Video Door Station T24 (T24M Hemispheric Camera, Integrated Mic and Speaker) 2 (ea) Mobotix I/O Module 2 (ea) Mobotix T24 Triple Frame White 2 (ea) Mobotix Triple On-Wall Mount 8 (ea) OC-NetDVMS-1C 8 (ea) SUP-NetDVMS-1C-1Y NOTE: NetDVMS is the only Software that can be used. No "OR EQUAL" items will be accepted. "OR EQUAL" Items will be considered. Please provide technical specifications for all "Or Equal" Items. All Quoted Prices must be FOB Destination. All "or equal" items must be compatible with existing equipment acquired through purchase order FA4855-11-P-0017 (see items by searching FBO archives for solicitation # FA4855-11-Q-0027) which is already in use at Melrose Air Force Range. Notice of Site Visit (a) A site visit will be conducted at Melrose Air Force Range, 3771 Sundale Valley Rd. Floyd, NM 88118, on 1 September 2011 at 08:00 AM for the purpose of answering questions regarding this solicitation. (b) Submit the names of all attendees (not to exceed 2) to Michael Fisher at fax number 575-784-1147 or at e-mail at michael.fisher@cannon.af.mil prior to 3:00 PM 30 August 2011. This information must be provided in advance in order to ensure access to the military base/site visit. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 2 September 2011, 10:00 AM. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the site visit shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (e) All times listed in this provision are Mountain time. Delivery: FOB Destination to Cannon AFB, NM 88103; 30 days ARO It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item 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. Award shall be based on all or none and best value to the government. Best value can include but is not limited to price, delivery date, and technical capability, if specified. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) (c) Changes. Changes in 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 paying office, appropriations data etc., which may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/vfaffara.htm NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. 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/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/vfaffara.htm NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.223-6 Drug-Free Workplace. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen (see below POC) AFFARS 5352.223-9001 Health and Safety on Government Installations ** Mr. Jeffrey Lowman, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-2022, DSN: 579-2022, Fax: (850) 884-2476, Email: jeffrey.lowman@hurlburt.af.mil. RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 02:00 P.M. Mountain Time on 8 September 2011. Quotations may be faxed to 575-784-1147. Please email quotes to michael.fisher@cannon.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is: Michael Fisher, 575-784-1661. Contracting Officer: Amy Gisler, amy.gisler@cannon.af.mil, 575-784-1326.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/27CONS/FA4855-11-Q-0129/listing.html)
 
Place of Performance
Address: Melrose Air Force Range, Melrose, New Mexico, 88118, United States
Zip Code: 88118
 
Record
SN02551040-W 20110828/110826235139-cac966e9c23868a7053268cacbdf9520 (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.