Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

63 -- Installation of Cameras and Duress Alarms - SOW

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
F2Q3283165A001
 
Archive Date
9/6/2013
 
Point of Contact
Wayne E. Johnson Jr., Phone: 7572250413, Timothy K. McCullough, Phone: 7577643576
 
E-Mail Address
wayne.johnson@langley.af.mil, timothy.mccullough@langley.af.mil
(wayne.johnson@langley.af.mil, timothy.mccullough@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for LaSalle Gate Camera/Alarm Installation This is a combined synopsis/solicitation for a commercial service 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F2Q3283165A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 561621 with a 19 million dollar size standard. This RFQ contains one (1) CLIN. The line item description is as follows: CLIN 0001 Installation of Cameras and Duress Alarms at the new LaSalle Gate VCC. End Item Description. Further guidance can be found in the attached Statement of Work (SOW). FOB point is Destination. The required start date will be based on contractor lead time and determined at the time of award. THE FOLLOWING PROVISIONS/CLAUSES APPLY TO THIS REQUIREMENT: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Saundra Diggs (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Saundra Diggs, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC SSgt Wayne Johnson at 633rd CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. QUESTIONS: All questions must be emailed to wayne.johnson@langley.af.mil no later than 19 August 2013, 4:30 pm, Eastern Standard Time (EST). EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value and will be most advantageous to the government. Quotes must be signed, dated and submitted by 22 August 2013, 12:00 pm, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCA, Attn: SSgt Wayne Johnson., Contract Specialist, Commercial Phone 757-225-0413, Fax 757-225-7443, E-mail wayne.johnson@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the System For Award Management (SAM) https://www.sam.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Primary: SSgt Wayne Johnson, Contract Specialist, Phone 757-225-0413, Fax 757-225-7443, wayne.johnson@langley.af.mil Alternate: A1C Timothy McCullough, Contract Specialist, Phone 757-764-3576, Fax 757-225-7443, timothy.mcculough@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3283165A001/listing.html)
 
Place of Performance
Address: LaSalle gate Bldg 4, is 19 Nealy Ave. Langley AFB VA 23665, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN03151362-W 20130817/130816000524-ab1bb51e70dd022cfbbeb2b811bb9ef7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.