Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

D -- Conference Room A/V

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3514239AW01-ConferenceRmAV
 
Archive Date
10/4/2014
 
Point of Contact
Nathaniel P. Scheer, Phone: 7074247753, Jason E. Horlacher, Phone: 7074242014
 
E-Mail Address
nathaniel.scheer@us.af.mil, jason.horlacher@us.af.mil
(nathaniel.scheer@us.af.mil, jason.horlacher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
60th CONTRACTING SQUADRON TRAVIS AFB, CALIFORNIA COMBINED SYNOPSIS/SOLICITATION FOR MSG Conference Room A/V Equipment and Installation 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. GENERAL INFORMATION Solicitation Number:PR# F3Z3514239AW01 Request for Quotation (RFQ)0 Request for Proposal (RFP)0 Invitation for Bid (IFB)0 This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 Effective 25 July 2014; Defense DPN 20140805 Effective 05 Aug 2014 and AFAC 2014-0421 Effective 21 April 2014. This acquisition is 100% set-aside for 8a small businesses only. Large businesses may not submit an offer. North American Industry Classification Code (NAICS):334310Size Standard:750 EMP CLIN #DESCRIPTIONQTYUNIT OF ISSUE 0001Conference Room A/V Equipment and Installation IAW attached Statement of Work1Lot DELIVERY DATE Work must begin before 30 September 2014. Work shall be completed within 3 months from start date. SITE VISIT 12 Sep 2014 0900 PST Travis AFB, CA 94535 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SOLICITATION PROVISIONS Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APR 2014 Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers,': A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit one (1) copy a) Insert proposed unit and extended prices for each item listed in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. b) Complete the necessary fill-ins and certifications in provisions. The provisions in 52.212-3 shall be returned along with the proposal. 2. PART II - TECHNICAL PROPOSAL - limited to no more than 2 pages. First Technical Factor: Contractor's proposed actions required for execution meets requested Conference Room A/V Equipment and Installation in the SOW. (number of laborers required, brief description of work to take place, etc.) Second Technical Factor: Contractor can meet delivery date. 1. Requirements of the solicitation: Contract Line Items (CLINs),Statement of Work (SOW), and government standards and regulations pertaining to the SOW. 2. Evaluation Factors for Award are found in 52.212-2 and the addendum. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in 52.212-1 will not be read or evaluated, and will be removed from the proposal 4. Format for proposal Parts I and II shall be as follows: (a) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (b) Typing shall not be less than 12 pitch. (c) Elaborate formats, bindings or color presentations are not desired or required. Offers may be submitted via hand carry or electronic mail. To send offer via electronic mail all documents must be scanned in.pdf (Acrobat) format and emailed to nathaniel.scheer@us.af.mil. Submit quotations on company letterhead or pricing document. Quotations must include as a minimum: a) company contact information, b) price breakout for the requested line items, c) CAGE Code (from SAM registration), d) a completed FAR Provision 52.212-3, Representation and Certification with a copy of a verification of registration with ORCA (http://orca.bpn.gov/) and e) any other information relevant to the proposal. Quotations may be faxed to (707) 424-0288. No telephonic responses will be processed. The government reserves the right to make award on the initial quote without discussions. Paragraph (c), entitled ‘Period for Acceptance of Offers': The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers,': Travis AFB is in the Pacific Time Zone 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 PRICE (b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (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. BASIS FOR CONTRACT AWARD: This is a competitive "Lowest Price Technically Acceptable" solicitation. By submission of its offer, the offeror accedes to instructions provided in clause 52.212-1, Instructions to Offerors, all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: A. Technical Acceptability. Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following factor: First Technical Factor: Contractor's proposed actions required for execution meets requested Conference Room A/V Equipment and Installation in the SOW. (number of laborers required, types of equipment being used, brief description of work to take place, etc.) Second Technical Factor: Contractor can meet delivery date. B. Price Evaluation. Next, the government shall rank all technically Acceptable offers by price. An offeror's proposed prices will be determined by multiplying the quantities identified in Section B by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at an evaluated price. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. C. Award shall be made to the lowest priced evaluated technically acceptable offer without further consideration of any other offers. The government, however, reserves the right to conduct discussions if deemed in its best interest. 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(2))MAY 2014 "DOWNLOAD FROM FEDBIZOPPS" and complete the required information at the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov/ 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a) 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 FEB 1998 252.225-7000BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (IAW DFARS 25.1101(1))JUN 2005 SOLICITATION CLAUSES 52.212-4CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(3)) 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. MAY 2014 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(4))JUN 2014 Additional applicable FAR clauses cited within FAR clause 52.212-5: 52.222-3 52.222-21 CONVICT LABOR (IAW FAR 22.202) PROHIBITION OF SEGREGATED FACILITIES (IAW FAR 22.810(a)(1)) JUN 2003 FEB 1999 52.222-26EQUAL OPPORTUNITY (IAW FAR 22.810(e))MAR 2007 52.222-36 52.225-1AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (IAW FAR 22.1408(a)) BUY AMERICAN ACT-SUPPLIES (IAW FAR 25.1101(b)(1)(i)) OCT 2010 MAY 2014 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (IAW FAR 25.1103(a))JUN 2008 52.232-33PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (IAW FAR 32.1110(A), (A)(1), (B), AND (E)(1)) JUL 2013 52.252-2CLAUSES 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. 52.252-6AUTHORIZED DEVIATION IN CLAUSES APR 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) OTHER FAR CLAUSES AND PROVISIONS 52.202-1 DEFINITIONS NOV 2013 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-9 PERSONAL IDENTIFY VERIFICATION OF CONTRACTOR PERSONEL JAN 2011 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2013 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE JUL 2013 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTOR'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES JAN 2014 52.222-25 AFFIRMATIVE ACTION COMPLIANCE APR 1984 52.222-41 SERVICE CONTRACT LABOR STANDARDS MAY 2014 52.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In compliance with the Service Contract Labor Standards statute 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 Emp Employee ClassMonetary Wage -- Fringe Benefits MAY 2014 Please fill out in accordance with the State of California and County of Solano at http://www.wdol.gov 52.222-50 COMBATTING TRAFFICKING IN PERSONS FEB 2009 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS DEC 2012 52.232-18AVAILABILITY OF FUNDS APR 1984 52.232-23 ASSIGNMENT OF CLAIMS MAY 2014 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 52.237-1SITE VISIT APR 1984 52.243-1 CHANGES-FIXED PRICE ALTERNATE I APR 1984 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS MAY 2014 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATION ALTERNATE I APR 2012 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION JUL 2013 52.204-7SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-6AUTHORIZED DEVIATIONS IN CLAUSES APR 1984 52.253-1 52.233-2 COMPUTER GENERATED FORMS SERVICE OF PROTEST JAN 1991 SEP 2006 (a) Protests, 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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from John F. Clarke, 350 Hangar Ave BLDG 549, Travis AFB, CA 94535, (707) 424-7713, e-mail: john.clarke.1@us.af.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER DFARS CLAUSES, LOCAL CLAUSES, AND PROVISIONS 252.204-7004 Alt A SYSTEM FOR AWARD MANAGEMENT (IAW DFARS 204.7304)FEB 2014 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATIONS) (IAW DFARS 212.301(f)(iii))APR 2007 Additional applicable DFARS clauses cited within DFARS clause 252.212-7001: 252.225-7001BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (IAW DFARS 225.1101(2))JUN 2005 252.247-7023TRANSPORTATION OF SUPPLIES BY SEAMAY 2002 252.246-7000MATERIAL INSPECTION AND RECEIVING REPORTMAR 2003 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (IAW DFARS 225.1106(14)) 252.232-7003ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (IAW DFARS 232.7004) In accordance with DFARS 232.7002, use of electronic payment requests is mandatory. Use of Wide Area Workflow (WAWF) will speed up your payment processing time and allow you to monitor your payment status online. The resulting order from this RFQ will have WAWF instructions and procedures. MAR 2007 LOCAL 3TRAVIS AFB SECURITY REQUIREMENTS 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include, identity proofing and vetting. This includes a National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) check. Identity proofing and vetting is not required for employees if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). 2. The primary contractor will ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. At least one of the following forms of identification will be required for identity proofing: United States Passport Permanent Registration Card/Alien Registration Receipt Card (Form I-1551) Foreign Passport with a temporary (I-1551) stamp or temporary (I-1551) printed notation on a machine readable immigrant visa. Employment authorization document that contains a photograph (Form I-766) Current/valid Driver's License Identification card issued by Federal, State or local Government U.S. Coast Guard Merchant Mariner Legacy Card U.S. Coast Guard New Merchant Mariner Credential Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to: School identification card with photograph U.S. Military or draft record Native American Tribal Document U.S. Social Security Card issued by the Social Security Administration (SSA) Certification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350) Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official seal U.S. Citizen ID Cared (Form I-197) ID Card for use of Resident Citizen in the United States (Form I-179) Unexpired employment authorization document issued by the Department of Homeland Security (DHS) which includes, a) Form I-94 identifying the holder as an asylee, or b) other documentation issued by DHS or the former Immigration and Naturalization Service that identifies the holder as an asylee, lawful permanent resident, refugee or other status authorized to work in the United States incident to status Foreign Military or Government Identification Credentials Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria: Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked. Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will: Coordinate base entry requirements with the 60th Contracting Squadron. Advise employees working on the installation they are subject to identity proofing and vetting against criteria specified in para. 3. Any employee who does not complete or sign the form will be denied installation access. The individual is known to be or reasonably suspected of being a terrorist or belongs to an organization with known terrorism links/support. The installation is unable to verify the individual's claimed identity. There is a reasonable basis to believe the individual has submitted fraudulent information concerning his or her identity. The individual has/had been barred from entry/access to a Federal installation or facility. The individual is wanted by Federal or civil law enforcement authorities, regardless of offense or violation. The individual has any conviction for espionage, sabotage, treason, terrorism, or murder. The individual's name appears on any Federal or State agency's watch list or hit list for criminal behavior or terrorist activity. The individual has been convicted of a firearms or explosive violation within the past ten years. The individual has been convicted of sexual assault, armed robbery, rape, child molestation, child pornography, trafficking in humans, drug possession with intent to sell, or drug distribution. The individual has knowingly and willfully engaged in acts or activities designed to overthrow the U.S. Government by force. There is a reasonable basis to believe the individual will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information. NOTE: This disqualifying information would most likely not be revealed during a query of authoritative databases. Information of this nature would normally be self-disclosed or discovered during subsequent fitness determination. There is a reasonable basis to believe the individual will unlawfully or inappropriately use an access credential outside the workplace. NOTE: This disqualifying information would most likely not be revealed during a query of authoritative databases. Information of this nature would normally be self-disclosed or discovered during subsequent fitness determination. There is a reasonable basis to believe, based on an individual's criminal or dishonest history, that issuance of an access credential poses an unacceptable risk to the installation/mission. Within the past 10 years, the individual has received 2 or more convictions regardless of the crime. There is a reasonable basis to believe, based on the individual's material, intentional false statement, deception, or fraud in connection with Federal or contract employment, that issuance of an access credential poses an unacceptable risk to the installation/mission. NOTE: This disqualifying information would most likely not be revealed during a query of authoritative databases. Information of this nature would normally be self-disclosed or discovered during subsequent fitness determination. There is a reasonable basis to believe, based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission. The person being vetted has two DUI convictions or more in the past three years. There is a reasonable basis to believe, based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission. The person being vetted has two drug possession convictions or more in the past three years. The individual has been incarcerated within the past 10 years for a period of 1 year or more unless released on proof of innocence. Advise employees base pass' are only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees which misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately. To obtain a pass, personnel will need a valid state or government photo identification. To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within 24 hrs, to the 60th Contracting Squadron of any changes in employee's status. This includes, but is not limited to, the employee being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the 60th Contracting Squadron upon expiration. Obtaining a Base Pass. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Pass and Registration for destruction. Ensure the EAL includes: Contract number Work site or location Inclusive dates of the contract Work schedule (include days of the week and time periods employees are on base) Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the Visitor Control Center and ensure they are advised of security language contained herein. 5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must: Carry their DoD ID card or installation pass on their person while on the installation. Register privately owned vehicles in accordance with installation policies. On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action. If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen. Turn in access credentials to the 60th Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. Contact the security manager for the military agency responsible for the project. 8. Escort Requirements. The following escort requirements apply: Installation. Sub-contractors must be escorted at all times. Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas. 9. Lost Base Passes or Restricted Area Badges. Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the 60th Contracting Squadron. Written notification should include an explanation from the employee on how, when, where and what steps have been taken to locate the missing base pass. If a replacement is needed, forward the notification with the request for a base pass. Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted theRAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Information Protection Security Training. IAW AFI 31-401, AFGM3 dtd 18 Sep 13. Security Managers are required to provide initial uncleared or cleared training to all contractors within 90 days of assignment, this includes specialized security training. The security manager is required to track and document the completed training. The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system after appropriate vetting qualification have been met. 11. For Official Use Only Information. Agency information marked "For Official Use Only" or bearing other sensitivity marking will be handled in accordance with agency information security program regulations and instructions. This information will not be divulged or disclosed without agency permission. Contractor personnel will ensure information that is considered sensitive or proprietary is not compromised. 12. Visitor Group Security Agreement (VGSA). IAW AFI 31-601 (Para 4.5.1). At the request of the Installation Commander (IC) the contracting officer reserves the right to execute a VGSA agreement with all contractor operations located on Travis AFB that require access to classified information. Furthermore, at the discretion of the IC the VGSA execution requirement may be extended to contractors performing on contracts that require access to sensitive unclassified information, sensitive resources or frequent "entry" to the installation. 13. Antiterrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial Level I Antiterrorism Awareness training at https://atlevel1.dtic.mil/at/. Thereafter, Level I Antiterrorism Awareness training will be completed annually. All personnel will be responsible to provide proof (copy of training certificates) of training to the Antiterrorism Representative (ATRs) responsible for the unit they are contracted. 14. Operations Security (OPSEC). IAW AFI 10-701, 60 AMW will consider OPSEC for all contractual requirements and determine if any contract contains any form of critical and/or sensitive information or activities. These requirements will be defined on the contract and SOW/PWS. If OPSEC requirements exist, then the 60 AMW OPSEC Program Manager will be contacted to review the SOW/PWS. This review may result in possible training requirements, in addition to what is stated below. For unclassified contracts, the DD Form 254, Department of Defense Contract Security Classification Specification, can be used to specify OPSEC requirements in lieu of defining these requirements on the contract and SOW/PWS. For classified contracts, the DD Form 254 is mandatory. Additionally, the 60 AMW OPSEC Program Manager or functional Unit OPSEC Coordinator will administer specific OPSEC training or training materials to all contract employees within 90 days of initial assignment to the contract (AFI 10-701, 5.2.4). The Installation (60 AMW) OPSEC Program Manager can be contacted at 424-4356 or 0062. RESPONSE DATE AND CONTACT INFORMATION Offers Due:19 Sep 2014 1:00 PM Local Time Contact Info:SSgt Nathaniel Scheer Phone: (707) 424-7753 Email: nathaniel.scheer@us.af.mil BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER Quesions Answered: Q: I would like to have clarification on the following: (page 2 of the SOW) A: The number of wall plates required to support AV inputs is one. We require the wall plate to facilitate a manual A/V input to the switcher/matrix so that it can be displayed at the main display and/or the other two displays. The system must be able to support 5 inputs, (one of them being the manual connection previously described) that will be permanently plugged into the matrix/switcher on installation completion day, but have the capability to expand to 15 inputs to include VTC. Laptop/desktops will be provided by the government. Q: What size of table is being used? A: We have two 8' tables on order, so we are looking at 16' total. Attachment 1 - Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3514239AW01-ConferenceRmAV/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03517446-W 20140920/140918235131-4e8b7993ee46fca17d7ba8d08b5fe364 (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.