Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

63 -- Camera Management System - Attachment 2 10 Sep 14 SOW - Attachment 4 Wage Determination - Attachment 1 10 Sep 14 Request for Quote - Attachment 3 Drawings

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
F3S3244086AQ01
 
Archive Date
10/9/2014
 
Point of Contact
Susan Szoke, Phone: 6182569270
 
E-Mail Address
susan.szoke@scott.af.mil
(susan.szoke@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Cardinal Creek Gate Bldg 5490 Bldg 5026 126 ARW Hanger 2nd floor Bldg 5026 126 ARW Hanger 1st Floor Bldg 4780 Youth Center Bldg 4700 Patriots Gate Bldg 4130 Commercial Vehicle Inspection Station Bldg 3901 Mid America Taxiway Bldg 3150 Munitions Bldg 1891 BX Bldg 1891 BX Detail Bldg 1006 Bldg 1004 Shiloh Gate Bldg 1002 Shiloh Search Pit Bldg 1000 Visitor Control Center Bldg 755 Bldg 590 Belleville Gate Bldg 588 Belleville Search Pit Bldg 443 Heritage Gate 10 Sep 14 Request for Quote Wage Determinatoin IL140017, dated 29 Aug 14 10 Sep 14 Statement of Work The purpose of this amendment is to post a revised solicitation, Request for Quote, Statement of Work, Drawings and Wage Determination. The 375th Contracting Squadron, 201 East Winters Street, Scott AFB IL 62225 is contemplating an Award for a Camera Management System. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. A site visit is scheduled for 15 September at 9:00 a.m. CST. We will meet at the Contracting Office, Building 50, Scott AFB IL at 8:45 a.m. CST. If you plan on attending the Site Visit, please e-mail: susan.szoke@us.af.mil by 1:00 p.m. CST 12 September 2014 so a pass can be submitted for you. (ii) The solicitation reference number is F3S3244086AQ01 (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-73 effective 29 April 2014, and the Defense Federal Acquisition Regulation Supplement DPN 20140506 Edition. (iv) There is no set-aside for this acquisition. (v) Contract Line Item Number(s) CLINS: PROVIDE PRICING FOR EACH CLIN ON THE RFQ WITH YOUR RESPONSE. **SEE ATTACHMENT 1 for RFQ (vi) Description of requirements: One or more of the items under this acquisition is subject to Free Trade Agreements. This acquisition is being issued as a Request for Quotation (RFQ). Contractor will Provide products/services in accordance with the Statement of Work at Attachment 2. The drawings at Attachment 3 are for reference only to aid in preparation of quote. It is the vendor's responsibility to verify measurements. CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) TO RECEIVE AN AWARD. The SAM webpage can be found at https://sam.gov (vii) Place of delivery is at multiple locations on Scott AFB IL. Inspection/Acceptance will be performed by the Government. FOB: Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. (ix) The provision at FAR 52.212-2 -- EVALUATION-COMMERCIAL ITEMS, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. (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: Technical Acceptance, Past Performance, and Price. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106 and FAR Part 13.5, Test Program for Certain Commercial Items. Contractors must provide a list of all equipment quoted by CLIN with the completed RFQ. (b) The Government reserves the right to award all contract line item numbers (CLINS), none of the CLINS, or any combination of CLINS deemed to be in the best interest of the Government and within budgetary constraints. (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. (End of provision) (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Feb 2012). (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive--Orders Commercial Items (Deviation 2013-O0019) (Jan 2014) applies. (xiii) (a) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.203-3, Gratuities 52.203-6 Alt 1, Restrictions on Sbucontractor Sales to the Government 52.203-16, Preventing Personal Conflicts of Interest 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber content Paper FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZONE Small business Concerns FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor 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 52.222.35, 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, Veterans of the Vietnam Ear, and Other Eligible Veterans FAR 52.222.40, Notification of Employee rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Dec 2012) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232.39, Unenforceability of Unauthorized Obligations; FAR 52.232.40, Accelerated Payments to Small Businesses; FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alt A, Central Contractor Registration (52.207-7) Alternate A (Sep 2007) DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.211-7003, Item Identification and Valuation DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.227-7015, Technical Data-Commercial Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7022, Representation of Extend of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations (b) The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by full text: FAR 52.237-1 - SITE VISIT Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.252-1 -- SOLICITATION PROVISION INCORPORATED BY REFERENCE (Feb 1998) 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): http://farsite.hill.af.mil FAR 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (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 AFFARS 5352.201-9101 -- OMBUDSMAN (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, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, 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. In accordance with DFARS 252.204-7004, Alternate A, 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 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com AFFARS 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (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 Forces 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 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, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (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. (xiv) CONSTRUCTION WORK AND DAVIS BACON ACT APPLICABILITY: The Davis Bacon Act applies to the installation of any new communications or electric lines, communication switches, electrical components, and poles to include digging, boring, and/or trenching. Davis Bacon Act wage determination decision number IL140017, Heavy and Highway, dated 29 August 2014 (Attachment 4) applies to this portion of the work. The following clauses apply to this portion of the work: FAR 52.222-6, Construction Wage Rate Requirements (May 2014) FAR 52.222-7, Withholding of Funds (May 2014) FAR 52.222-8, Payrolls and Basic Records (May 2014) FAR 52.222-9, Apprentices and Trainees (Jul 2005) FAR 52.222-10, Compliance with Copeland Act Requirements (Feb 1988) FAR 52.222-11, Subcontracts (Labor Standards) (May 2014) FAR 52.222-12, Contract Termination-Debarment (May 2014) FAR 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014) FAR 52.222-14, Disputes Concerning Labor Standards (Feb 1988) FAR 52.222-15, Certification of Eligibility (May 2014) FAR 52.236-2, Differing Site Conditions (Apr 1984) FAR 52.236-5, Material and Workmanship (Apr 1984) FAR 52.236-7, Permits and Responsibilities (Nov 1991) DFARS 252.236-7000, Modification Proposals-Price Breakdown (Dec 1991) DFARS 252.236-7005, Airfield Safety Precautions (Dec 1991) (xv) PROGRESS PAYMENTS: Progress payments under this contract will be authorized with a frequency no more than once per month. Payments will be based on the percentage of completion as agreed jointly by the contractor and government at the time of invoice submission. (xvi) Quotes shall be submitted NO LATER THAN 3:00 P.M. CST on 24 SEPTEMBER 2014. Quotes may be transmitted via Fax, e-mail, or regular/overnight mail as outlined below: By email: susan.szoke@us.af.mil By mail: 375 CONS/LGCB Attn: Susan Szoke 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-5237 Attn: Susan Szoke PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Interested parties with questions by phone will be directed to ask questions in writing to the email address listed below. The point of contact for this acquisition is Susan Szoke: phone 618-256-9270; e-mail susan.szoke@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3S3244086AQ01/listing.html)
 
Place of Performance
Address: Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03504179-W 20140912/140910235008-d3870e6cfabf501b2991db9688ce6515 (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.