Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

N -- Vindicator Upgrade

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-14-Q-5019
 
Archive Date
10/14/2014
 
Point of Contact
Kory A. Adam, Phone: 520-228-3704, Roxanne M. Elfering, Phone: 520-228-5448
 
E-Mail Address
kory.adam@us.af.mil, roxanne.elfering@us.af.mil
(kory.adam@us.af.mil, roxanne.elfering@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-14-Q-0519 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-76, Defense Circular Number 20140919, and Air Force Acquisition Circular 2014-0421. This procurement is being issued as unrestricted. The Associated North American Industrial Classification Standard (NAICS) code for this request is 334290 with a size standard 750 employees or under. The results of this requirement will be a firm fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001 - 1 Each - This project includes the procurement, installation, programming and testing of two (2) brand new Master V5 Honeywell Vindicator Alarm Processing Units (head-end), and one (1) Vindicator Command and Control (VCC) Bundle Package. The first V5 will replace the current (failing) 355 SFS head-end and the second will be installed at 355th Civil Engineer Squadron (355 CES) Fire Station, to provide redundant capability for alarms. The VCC Bundle Package will be installed at the 355 CES Fire Station Control Center. These solutions include one (1) complete head-end package containing two (2) V5 servers, one (1) VCC server, one (1) Security Archive Work Station (SAW) for collection of alarm sensor data, one (1) NEMA1 enclosure (for mounting), and two (2) 21" LCD monitors. In accordance with attached Performance Work Statement. THIS REQUIREMENT IS A BRAND NAME. IF QUOTING AN OR EQUAL ITEM QUOTE WILL BE DETERMINED UNRESPONSIVE. There will be a recommended site visit on Friday, 26 September 2014, 9:00 AM. It is highly encouraged for potential bidders to attend the site visit so any site conditions that may affect the bid can be identified. In order to gain access to the base, site visit attendees shall send the names of attendees to kory.adam@us.af.mil by 4:30 pm Arizona Local Time on 25 Sep 2014. Arrive at Swan Gate (Located at S. Swan Rd. and Golf Links Rd.) by 8:45AM. Please bring a valid driver's license, registration, and proof of insurance. Shipping will be FOB Destination to FM4877 - 355 Security Forces, 3345 S. First St, DMAFB, Tucson, AZ. 85707. The shipment should be marked for SSgt Carl Kalene or SSgt Fabian Robles. Clause 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/ 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 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 offerorand submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offerormay 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/ Provision 52.204-7, System for Award Management Clause 52.204-13, System for Award Management Maintenance Provision 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Award will be made to the contractor whos' offer conforms to the PWS with the lowest price. Offeror must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons Alternate I of 52.222-50 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-1, Small Business Program Representations (Apr 2012) Alternate I of 52.219-1 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Labor Standards The followign Wage Determinations (WD) are hereby incorporated: WD 05-2025 (Rev.-16) was first posted on www.wdol.gov on 08/05/2014, Area: Pima County, Arizona The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 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 Employee Class Grade Pay Telecommunications Mechanic I GS-0391-08 $20.78 Communication Line Installer WG-2508-10 $23.37 Electrician WG-2805-10 $23.37 (End of Clause) 52.222-99 - Establishing a Minimum Wage for Contractors 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.239-1, Privacy or Security Safeguards 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Clause 252.204-7004 Alt A, System for Award Management applies to this acquisition. Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM017 - Davis Monthan AFB Marijuana Policy DM019 - Contractor Manpower Reporting Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt Col Tonney Kaw-uh, 129 Andrews Street, Joint Base Langley-Eustis VA 23665, phone: (757) 764-5372, fax: (757) 764-4400, email: tonney.kawuh@us.af.mil. Any questions pertaining to this acquisition shall be asked no later than Monday, 29 September 2014, 10:00 AM. Questions shall be sent to SSgt Kory Adam via email at kory.adam@us.af.mil or fax at (520) 228-5284 or Roxanne Elfering, 520-228-5448, roxanne.elfering@us.af.mil. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Monday, 29 September 2014, 7:00 pm, Arizona Local Time. Point of Contact is: SSgt Kory Adam at e-mail: kory.adam@ua.af.mil, phone: (520) 228-3704, Fax (520) 228-5284. or Roxanne Elfering, 520-228-5448, roxanne.elfering@us.af.mil. If faxing a quote please call for confirmation that quote was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-14-Q-5019/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN03535342-W 20141001/140930022121-74514da731d3ffb95edd379923f04103 (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.