Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

70 -- South Lot Lighting and Cameras - Statement of Work 15-5B7 C1

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-15-R-JW02
 
Point of Contact
Jarrod Washington, Phone: (916)231-2857
 
E-Mail Address
jarrod.washington@dmea.osd.mil
(jarrod.washington@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items and services 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. Solicitation HQ0727-15-R-JW02 is issued as a request for proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective 26 December 2014. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This combined synopsis/solicitation is being issued under full and open competition, using North American Industry Classification System (NAICS) code 561621-- Security alarm systems sales combined with installation, repair, or monitoring services. This combined synopsis & solicitation notice is a request for competitive proposals. Therefore, all proposals from responsible sources prior to the RFP close date will be considered by the Defense Microelectronics Activity (DMEA). CLINSUPPLIES/SERVICE QTY UNIT UNIT PRICE AMOUNT 0001 The Contractor shall 1 Lot $____________ $______________ provide, design, labor, and materials to install proper lighting and camera coverage for the South lot of Building 1. In accordance with DMEA Statement of Work 15-5B7 dated 20 January 2015. The purpose of this task is to provide lighting and camera coverage for South Lot of Building 1. The contractor shall provide the same commercial warranties offered to the general public of the equipment and services being provided following installation. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The contractor shall submit background check release forms and badge requests forms for all personnel expected to work on this project at least 2 weeks prior to working on-site. The background release forms will be issued upon selection of an awardee. The contractor shall provide a proposal including product brochures and technical data for all equipment proposed, warranty, estimated soil displacement, and a project timeline from start to finish. Potential offerors are made aware that the Government will secure the necessary permits to perform the excavation at the Governments location. The potential Contractors schedule will have a one (1) week milestone for this element. The Government will award a Firm Fixed Price contract resulting from this solicitation to the offeror whose proposal conforming to the solicitation represents the best value to the Government, price and other factors considered. See FAR 52.212-2, as provided by the solicitation for evaluation criteria. Site Visit The Government is not planning a pre-proposal conference and site vist during which potential contractors may obtain a better understanding of the work required. However, if a potential offeror would like to request a survey of the affected site a site vist may be requested in writing by emailing jarrod.washington@dmea.osd.mil nlt 27 January 2015. The date available for such visits is 29 January 2015, time will be determined based on number of requests received. No more than two representatives per request. The following information is required to request a ite visit at least 24 hours prior: i) Name(s) of individuals ii) Company iii) Phone number iv) Job Title v) U.S. Citizen (Required) FAR Clause 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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: (1)Technical (2)Schedule (3)Price Technical and schedule, when combined, are significantly more important than price. Offers shall be received in DMEA by 0800 (pacific time) 2 February 2015, email to Jarrod Washington at jarrod.washington@dmea.osd.mil. The work contemplated by this requirement will be performed at 4234 54th Street, McClellan, CA 95652 SOLICITATION PROVISIONS/CONTRACT CLAUSES: The following FAR & DFAR provisions and clauses apply to and are incorporated in the solicitation either by reference or in full text:   52.203-3GratuitiesAPR 1984 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items •52.203-6, Restrictions on Subcontractor Sales to the Government •52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) •52.204-14, Service Contract Reporting Requirements (JAN 2014) •52.209-6, Protecting the Government's Interest When Subcontracting with •Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •52.219-8, Utilization of Small Business Concerns (Oct 2014) •52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) •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) •52.222-35, Equal Opportunity for Veterans (Jul 2014) •52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) •52.222-37, Employment Reports on Veterans (Jul 2014) •52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) •52.222-54, Employment Eligibility Verification (Aug 2013) •52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) •52.223-18, Encouraging Contractor Policies to Ban Text Messaging While •Driving (Aug 2011) •52.232-30, Installment Payments for Commercial Items (Oct 1995) •52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) •52.239-1, Privacy or Security Safeguards (Aug 1996) •52.222-41, Service Contract Labor Standards (May 2014) •52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) •52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) •JAN 2014 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDEC 2013 52.237-1Site VisitAPR 84 52.237-2Protection of Government Buildings, Equipment, and VegetationAPR 84 52.252-1Solicitation Provisions Incorporated By ReferenceFEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7000Requirements Relating to Compensation of Former DoD OfficialsSEP 2011 252.203-7005Representation Relating to Compensation of Former DoD OfficialsNOV 2011 252.204-7011Alternative Line Item StructureSEP 2011 252.204-7012Safeguarding of Unclassified Controlled Technical InformationNOV 2013 252.204-7015Disclosure of Information to Litigation Support ContractorsFEB 2014 252.223-7008Prohibition of Hexavalent ChromiumJUN 2013 252.227-7015Technical Data--Commercial ItemsFEB 2014 252.227-7037Validation of Restrictive Markings on Technical DataJUN 2013 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 252.232-7006Wide Area WorkFlow Payment InstructionsMAY 2013 252.232-7010Levies on Contract PaymentsDEC 2006 252.239-7017Notice of Supply Chain RiskNOV 2013 252.243-7002Requests for Equitable AdjustmentMAR 1998 252.244-7000Subcontracts for Commercial ItemsJUN 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-15-R-JW02/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN03621036-W 20150123/150121234946-0d41098bb03fafde1718245d3c5fa901 (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.