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
SOLICITATION NOTICE

67 -- 4RE In-Car Cameras (or equal) - DFARS 252.209-7993 - Statement of Work - 52.212-3

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-14-T-0281
 
Archive Date
10/9/2014
 
Point of Contact
Scott E. Stahl, Phone: 9375224503
 
E-Mail Address
scott.stahl@wpafb.af.mil
(scott.stahl@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-3 SOW DFARS 252.209-7993 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a 4RE In-Car Cameras (or equal) on a firm fixed price basis, as described under the paragraph below titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopcitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. This acquisition is set aside 100% for small business concerns under the North American Industry Classification System (NAICS) Code 334516. Size standard is 500 employees. Synopsitation Number: FA8601-14-T-0281. Synopsitation Closing Date: 10:00 a.m. (Eastern Time) on 24 September, 2014 Send Proposals To: AFLCMC/PZIOBB Attn: Scott Stahl 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via fax or e-mail to: Fax- 937-257-3926 and email scott.stahl@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-14-T-0281." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to either Scott Stahl telephonically at (937) 522-4503 or via e-mail at scott.stahl@us.af.mil. This synopsitiation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76, effective 25 July 2014; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20140805, effective 05 August 2014; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-0421, effective 21 April 2014. This requirement is for 4RE In-Car Cameras (or equal). per the attached specifications CLIN Item Description Qty Unit Unit Extended Price Price 0001 4RE In-Car Cameras (or equal) 16 Each Description of Accessories: Includes GPS, High Definition Zoom (720P), Infrared color cabin camera, DVR, integrated 200 GB automative hard drive, 16GB USB removable thumb drive, cabin microphone, 900MHz Hi Fidelity wireless microphone, hardwire and cabling, includes evidence library express software. Delivery Schedule: Provide delivery schedule as part of quote. Delivery Destination: SFS 2586 Newark Street WPAFB OH 45433-6666 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors (Apr 2014) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Alt 1) (May 2014) (Full-text copy - attachment 1 to this RFQ); Use Alt I 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jul. 2014) -52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2003) - 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) - 52.219-8 -- Utilization of Small Business Concerns (May 2014) - 52.219-28, Post Award Small Business Program Representation (Apr 2012); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) [end fill in for 52.212-5]; 52.247-34 F.o.b. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) 52.252-4 (fill in) 52.212-4(j) is marked Reserved The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: 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) 252.209-7993 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Federal Law- Fiscal Year 2014 Appropriations 252.211-7003 Item Identification and Valuation (Dec 2013) 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program (Nov 2012) 252.225-7036 Buy American - Free Trade Agreements- Balance of Payments Program. (Dec 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) The following local clauses will be included in subsequent award. A full text version is available upon request: AFLCMC/PZIO H-002, Delivery Procedures Commercial Vehicles (Jul 2005) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Attachments to the announcement: 1. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (full text) 2. Statement of Work 3. DFARS 252.209-7993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0281/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03518518-W 20140920/140919000037-a07a54e58775e4351ec7f4f56eae2089 (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.