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
SOLICITATION NOTICE

D -- SCIF-IN-A-BOX CLASS 5 IPS CONTAINER

Notice Date
9/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, Florida, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-14-COM-SECU
 
Archive Date
10/15/2014
 
Point of Contact
Antonio Jones, Phone: 7864157472
 
E-Mail Address
Antonio.Jones.13@us.af.mil
(Antonio.Jones.13@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation is being issued as a Request For Quotation (RFQ). This solicitation document with the incorporated provisions and documents are those in effect through Federal Acquisition Circular 2005-72. The Department of the Air Force 482nd Homestead ARB, FL has a requirement for NSA certified safes for protection of Siprnet Equipment. This is a brand name or equal purchase with the following salient charateristics: 1) Must be at least NSA Class 5 IPS Security Container. 2) Must meet the HE GSA Class 5 protection criteria, as specified under federal specification AA-C-2786. 3) Must allow access for at least 50 red and 30 incoming black cables. 4) Must allow access for properly separated black cable or fiber. 5) Must have interior cooling with a closed loop heat. 6) Must have at least 30U of 19 in rack space with roll out capability. 7) Must include a roll-out rack assembly. 8) Must have an internal temperature and security monitoring system 9) Must have a flat bottom design, distributes the weight to 220 lbs per square foot; without it will be challenged on placing the safe on our datacenter raised floor. Delivery is contingent upon award date. Questions regarding this acquisition should be addressed to Antonio.Jones.13@us.af.mil, phone number (786) 415-7472. We anticipate a single award contract based on low price. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code for this requirement is 334112 and small business size standard is 1000 employees. A fixed price contract will be awarded for this solicitation. Offerors are required to be registered in Systems for Awards Management (SAM) to receive an award. Line Item No: Supplies/Service QTY U/I Price 0001 TSM281WDFC SCIF-IN-A-BOX? 2 EA $ GSA CLASS 5 IPS CONTAINER, 62HX27WX52D, X10 LOCK INSTALLED FAN COOLED, 115VAC FANS, 7400W MAX COOLING, ELECTROSTATIC AIR FILTER RACK NOT INCLUDED SINGLE CABLE ENTRY, MOUNTING BRACKET FOR PDS JUNC BOX (TSM1010-JB) POWER STRIP (5 OUTLET, 15FT CORD, NEMA 5-15) 0002 THERMOSTATIC FAN CONTROLLER, 4 EA $ 115V AC FANS 0003 19" ROLL-OUT FRAME ASSY, TSM621 2 EA $ SERIES, 50" SERVICE TRACKS, 32U, 29"D 0004 RED/BLACK SEPARATION CABLE 2 EA $ ENTRY BOX, 4X4X4 0005 INSIDE DELIVERY TO HOMESTEAD 1 EA $ ARB, FL 33039 - LIFTGATE TRUCK REQUIRED, BOTH ROOMS LOCATED ON GROUND FLOOR, NO STEPS, LOADING DOCKS AVAILABLE. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in The Statement of Work, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Clauses Incorporated By Reference: 52.204-7 System for Award Management (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-3 Buy American Act--Free Trade Agreement--Israeli Trade Act MAY 2012 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.227-3 Patent Indemnity APR 1984 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-1 Payments APR 1984 52.232-11 Extras APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7001 Buy American And Balance Of Payments Program JUN 2012 252.225-7021 Trade Agreements JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions 5352.242-9000 Contractor Access to Air Force Installations CLAUSES INCORPORATED BY FULL TEXT 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, 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 Monetary Wage-Fringe Benefits Alarm Monitor Health & Welfare, Vacations, Holidays (End of 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/vffara.htm (End of clause) 5352.201-9101 OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, [Col Steven Slick, HQ AFRC/A7Z, 255 Richard Ray Blvd, Robins AFB, GA 31098-1635, Tel: 478-327-2472, E-Mail: steven.slick@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/482LSSLGC/FA6648-14-COM-SECU/listing.html)
 
Place of Performance
Address: 29050 Coral Sea Blvd, Homestead, Florida, 33039-1299, United States
Zip Code: 33039-1299
 
Record
SN03535547-W 20141001/140930022247-7f1784f529b46ba592dc3c7794af28a0 (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.