Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

53 -- Electronic Key Card System - Attachments

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-11-Q-0015
 
Point of Contact
Wanda J. Fellers, Phone: (701) 747-5288, Queen E McCartney, Phone: (701) 747-5287
 
E-Mail Address
wanda.fellers@grandforks.af.mil, queen.mccartney@us.af.mil
(wanda.fellers@grandforks.af.mil, queen.mccartney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination Statement of Work Brand Name/Sole Source Justification 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 AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE GOVERNMENT INTENDS TO NEGOTIATE SOLE SOURCE WITH VINGCARD ELSAFE; THE BRAND NAME/SOLE SOURCE JUSTIFICATION IS ATTACHED. The 319th Contracting Flight at 575 Tuskegee Airmen Blvd, Bldg 418, Grand Forks AFB ND 58205 is requesting proposals for the purchase and installation of 30 VingCard Elsafe electronic entry door locks and a new VingCard encoding system at the Warrior Inn lodging facility, Grand Forks AFB ND 58205. The synopsis/solicitation number is FA4659-11-Q-0015 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, Defense Acquisition Circular 20110629, and Air Force Circular 2011-0421. The NAICS code for the acquisition is 423710, and the size standard is 100 employees. The offeror must agree to hold the prices submitted for the solicitation for at least 30 days. One award will be made based on the best value to the government in terms of price and specifications. Please provide quotes for the items described in the attached statement of work. Provide unit prices for each item and total price. A site visit may be scheduled upon request. 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 http://farsite.hill.af.mil or https://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items. 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. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of FAR 52.212-3 or complete electronic representations and certifications at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-13, Restrictions on Certain Foreign Purchases FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23510 Locksmith $22.94 * *Fringe benefits are at the following rates: Life, accident, and health insurance and sick leave program - 5.1% of basic hourly rate. The following are paid holidays: 1. New Year's Day 2. Martin Luther King's Birthday 3. Presidents' Day 4. Memorial Day 5. Independence Day 6. Labor Day 7. Columbus Day 8. Veteran's Day 9. Thanksgiving Day 10. Christmas Day Vacations or paid leave are earned at the following amounts: 2 hours each week for an employee with less than 3 years service 3 hours each week for an employee with 3 but less than 15 years service 4 hours each week for an employee with 15 or more years of service 7% of the basic hourly rate is contributed by the government for retirement. FAR 52.252-1, Solicitation Provisions Included by Reference. http://farsite.hill.af.mil FAR 52.252-2, Clauses Included by Reference. http://farsite.hill.af.mil DFARS 252.204-7004, Alt A, Central Contractor Registration. Prior to receiving any contract award; contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) to include DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101 OMBUDSMAN (April 2010) - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9001, Health And Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and SFS Form 74 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Offers must be sent in writing, by fax, or via e-mail to the contract administrator, Wanda Fellers, no later than 4:00 P.M. (CST) on 16 September 2011 to 319 CONF/LGCA, ATTN: Wanda Fellers, 575 Tuskegee Airmen Blvd, Grand Forks AFB ND 58205, by fax at (701) 747-4215, or by email at wanda.fellers@us.af.mil. The alternate POC for this requirement is Queen McCartney at (701) 747-5287 or email queen.mccartney@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-11-Q-0015/listing.html)
 
Place of Performance
Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02568964-W 20110911/110909235346-4bea149b1d663704b99b8206d6b7fa9d (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.