Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

N -- Base Camera Surveillance System - RFP Attachments

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA820114RBaseCameraSystem
 
Point of Contact
Randy C. Singleton, Phone: 8017778974
 
E-Mail Address
randy.singleton@us.af.mil
(randy.singleton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions and Evaluation Criteria Service Contract Act Wage Determination Contract Data Requirements List (CDRLs) Performance Work Statement dated 8 July 14 Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: FA8201-14-R-BaseCameraSystem is issued as a request for proposal (RFP). Classification Data: NAICS Code: 561621 FSC Code: N059 Description of item(s) to be acquired: The requirement is to provide cameras and associated equipment, lifts, labor, supervision, installation, integration, testing, configuration, programming, training, and other tasks necessary to implement the base camera system. CLIN 0001 (Firm-Fixed Price) - Equipment and Installation. Contractor shall provide cameras and associated equipment, lifts, labor, travel, software licenses, supervision, installation, integration, testing, configuration, programming, training, and other tasks necessary to implement the base camera system in accordance with the attached Performance Work Statement dated 8 July 2014. The attached Service Contract Act wage determination WD 05-2531 applies to this requirement. Quantity: 1 Unit of Issue: Lot CLIN 0002 (Not Separately Priced) - DATA in accordance with the attached Contract Data Requirements List Quantity: 1 Unit of Issue: Lot Dates and Place of Delivery: The requested equipment and installation shall be delivered within 90 days After Date of Contract (ADC) to Hill AFB, UT, Utah Test and Training Range, and Little Mountain, UT per the attached Performance work Statement. Technical points of contact will be provided on the awarded contract. Final inspection and acceptance shall occur at destination. Evaluation of Proposals: All offers will be evaluated on "Total Evaluated Price", which includes the cost of the equipment and installation. The contract will be awarded to the company with the lowest "Total Evaluated Price", which fully meets all requirements of the Performance Work Statement. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This requirement is being set-aside 100% for small businesses under NAICS code 561621 with the SBA Size Standard of $19M. Applicable Provisions/Clauses: This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. The following provisions and clauses apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) JAN 2005 Addendum to 52.212-1: See attached Instructions and Evaluation Criteria. 52.212-2: Evaluation -- Commercial Items, All offers will be evaluated on "Total Evaluated Price." (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. The following factors shall be used to evaluate offers: See attached instructions and evaluation criteria. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2013) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEPT 2013) (IAW FAR 12.302) Addendum to 52.212-4 Paragraph (c), entitled ‘Changes': 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 paying office, appropriation data, etc.) may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Jan 2014) (IAW FAR 12.301(b)(4))Additional applicable FAR clauses cited within FAR clause 52.212-5. 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor ---Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American Act--Supplies (IAW FAR 25.1101(b)(1)(i)) (Feb 2009) (41 U.S.C. 10a-10d) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a)) (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)(IAW FAR 32.1110(a)), (a)(1), (b), and (e)(1)) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items. 52.252-2 CLAUSES INCORPORATED BY REFERENCE(IAW FAR 52.107(b)) FEB 1998 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): http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-7 Anti-Kickback Procedures (Oct 2010) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42 Statement Of Equivalent Rates For Federal Hires (May 2014) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-25 Prohibition on Contracting with Entities Engagin in Certain Activities or Transactions Relating Iran-Representation and Certificatons (Dec 2012) 52.232-1 Payments (Apr 1984) 52.232-18 Availability Of Funds (Apr 1984) 52.232-23 Assignment Of Claims (Jan 1986) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-1 Site Visit (Apr 1984) 52.246-2 Inspection Of Supplies--Fixed Price (Aug 1996) 52.246-4 Inspection Of Services--Fixed Price (Aug1996) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.201-9101 Ombudsman (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) 252.245-7002 Reporting Loss of Government Property (Apr 2012) 252.245-7003 Contractor Property Management System Administration (Apr 2012) 252.245-7004 Reporting, Reutilization, and Disposal (May 2013) 252.246-7000 Material Inspection And Receiving Report (May 2008) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Proposal Submission Information: All questions or comments must be sent to Randy Singleton by email at randy.singleton@us.af.mil, no later than 1400 MST, 22 Aug 2014. Offers are due by 1400 MST, 28 Aug 2014 via electronic mail to: randy.singleton@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA820114RBaseCameraSystem/listing.html)
 
Place of Performance
Address: Utah Test and Training Range, Little Mountain, and Hill AFB, UT, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03439670-W 20140730/140728234528-a94cf20c73c688c2544962446edec959 (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.