Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

99 -- Proximity Access Control System

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-11-T-0102
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
Carrie Nelson, 910-643-7350
 
E-Mail Address
MICC Center - Fort Bragg
(carrie.l.nelson@us.army.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 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. Solicitation Number: W9124711T0102 Notice Type: Combined Synopsis/Solicitation 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. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-11-T-0102, is issued as a Request for Quote (RFQ). (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. (iv) This requirement is 100% set-aside for small businesses and only qualified offerors may submit offers. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide a complete and satisfactory operating system for the purchase, installation and training of a comprehensive, integrated security management system. The North American Classification System (NAICS) code is 561621, size standard is $12.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify their interest and capabilities to respond to the requirements. (v) This requirement is to purchase and install a Proximity Access Control System, as specified in the attached Performance Work Statement: (vi) The requirement shall be Firm Fixed Price (FFP). (vii)Delivery and installation is to be performed at Fort Bragg, NC as follows: CLIN 0001 - complete performance within 30 days after receipt of order; (viii)Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work) (xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures (lowest price technically acceptable) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. ISSUE BY DODDAC: W91247 ADMIN BY DODDAC: W91247 INSPECT BY DODAAC: To be determined at time of award. ACCEPT BY DODAAC: To be determined at time of award. LOCAL PROCESSING OFFICE DODAAC: To be determined at time of award. PAYMENT OFFICE DODDAC: To be determined at time of award. PAYMENT OFFICE FISCAL STATION CODE: To be determined at time of award. (xiv)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.233-4000, AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xvii) Submission of proposals shall be forwarded by 22 September 2011, 10:00 AM EDT. (xviii) Submission of Quotes: Quotes shall be forwarded to Mrs. Carrie Nelson via email to: carrie.l.nelson@us.army.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Mrs. Carrie Nelson. She may be reached at 910-643-7350 or via email at carrie.l.nelson@us.army.mil. (xx)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca225c4dc081a54239032718514813cf)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02568453-W 20110910/110909001525-ca225c4dc081a54239032718514813cf (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.