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

63 -- VICADS Camera - Solicitation 1

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-14-Q-9050
 
Point of Contact
Tian V. Wylie, Phone: 3184563181, Steven W. Huffines, Phone: 3184566887
 
E-Mail Address
tian.wylie@us.af.mil, steven.huffines@us.af.mil
(tian.wylie@us.af.mil, steven.huffines@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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. This solicitation, FA4608-14-Q-9050, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-76 effective 25 Aug 2014). This procurement is a 100% Small Business Set Aside. The NAICS code is 334220 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database and listed as a small business under the aforementioned NAICS. (Reference: DFARS 252.204-7004, Alt A System for Award Management). The following commercial items are requested in this solicitation. The items being procured are: CLIN 0001: VICADS CCTV System to include the following: A. VICADS View and Record License (per camera) B. VICADS Exterior Analog PTZ Camera, corner mount C. VICADS Interior IP Fixed Camera, Ceiling Mount D. VICADS Camera Power Supply, 110VAC/24-28VAC 4A E. VICADS 4 Channel Encoder, Hardened F. Misc. Electrical Components e.g. wire, connectors, power, conduit, etc. G. Cable, 22 AWG, 4 Conductor, White Jacket H. Cable, 18 AWG, 2 Conductor, White Jacket I. Cable, CAT 5E, Blue Jacket J. RG-59U & 18/2 Siamese Cable K. Labor such as but not limited to installation, on site programming and test, and program management L. Other associated costs e.g. shipping and handling, lodging, per diem, equipment rental, etc. QTY: 26/EA Note: This requirement is currently unfunded. No award shall be made until funds have been made available to the Contracting Officer. Note: Requirement shall be quoted for 10 fixed cameras and 16 PTZ cameras with equipment and labor necessary. Note: Lowest Price Technically Acceptable will be used to evaluate quotes. Technical factors are as follows: Brand Name only; Price The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, an overall totaled price, and any discounts offered. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-2 Security Requirements 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.207-2 Notice of Streamlined Competition 52.207-4 Economic Purchase Quantity - Supplies 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Alt I Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.214-13 Telegraphic Bids 52.214-31 Facsimile Bids 52.215-8 Order of Precedence -- Uniform Contract Format 52.219-6 Notice of Total Small Business Aside 52.217-4 Evaluation of Options Exercised at Time of Contract Award 52.217-6 Option for Increased Quantity 52.217-7 Option for Increased Quantity -- Separately Priced Line Item 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking Persons 52.223-6 Drug Free Workplace 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-4 Applicable law for Breach of Contract Claim 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-17 Interest 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law of Breach of Contract Claim 52.242-13 Bankruptcy 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies -- Fixed-Price 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7002 Payment for Subline Items Not Separately Priced 252.204-7004 Alt A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation 252.211-7005 Substitutions for Military or Federal Specifications and Standards 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 Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7007 Liability and Insurance 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea Applicable AFFARS clauses included: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 4:30 PM (CST), 29 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Tian Wylie at (318) 456-3294. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Tian Wylie, Contracting Specialist, at (318) 456-3181, tian.wylie@us.af.mil or Steven Huffines, Contracting Officer, at (318) 456-6887, steve.huffines@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b10790515eaf7b8ed43dc2c90c41322)
 
Place of Performance
Address: Barksdale AFB, Barksdale AFB, Louisiana, 71112, United States
Zip Code: 71112
 
Record
SN03535913-W 20141001/140930022542-2b10790515eaf7b8ed43dc2c90c41322 (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.