Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

63 -- Surveillance System Modernization - Attach #7 - Ammended Attach #1 - Amended Attach #2 - Additional Information #2

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-R-0024
 
Archive Date
8/4/2015
 
Point of Contact
Bryant (Lackland) Soule, Phone: 315-330-4723
 
E-Mail Address
bryant.soule@us.af.mil
(bryant.soule@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional Solicitation Information #2 Drawings AMENDED 9 JUL 2015 Statement of Work AMENDED 9 JUL 2015 DD 254 AMENDMENT #2 The suppliment SOW paragraph 1.10 B the following FAR and FAR Suppliment clauses are hereby addeded to the solicitation along with Attachment #7 DD 254 which will accompany contract award. 52.204-02 Security Requirements (AUG 1996) 252.204-7005, Oral Attestation of Security Responsibilities (NOV 2001) 252.223-7004, Drug-Free Work Force (SEP 1988) 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements (MAR 2012) 5352.215-9000, Facility Clearance (May 1996) *Attachment 7 DD 254 dated 14 July 2015 is posted. ** Attachment 1 SOW AMENDED is posted. ATTACHMENT 1 Statement of Work dated 04/23/2015 is revised and replaced in its entirety by Statement of Work AMENDED 9 JUL 2015. *** Attachment 2 Drawings AMENDED is posted. ATTACHMENT 2 Drawings dated 23 APR 2015 are revised and replaced in their entirety by Drawings AMENDED 9 JUL 2015. **** Additional Solicitation Information #2 dated 14 July 2015 is posted**** ____________________________________________________ AMENDMENT #1 Paragraph (b) of the instructions section is hereby changed to: (b) Written proposals are due at or before 3 PM (ET) 20 JULY 2015. Submit by email to bryant.soule@us.af.mil or by mail to AFRL/RIKO, Attn: Bryant Soule, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. *Attachment #3 AMENDED is posted. ATTACHMENT 3, List of Materials, is revised and replaced in their entirety by those listed in ATTACHMENT 3, AMENDMENT NUMBER 1 dated 7 JUL 2015. ** Additional Solicitation Information #1 dated 8 July 2015 is posted** ____________________________________________________ Solicitation FA8751-15-R-0024 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150602. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The solicitation will be a Total Small Business set-aside under NAICS code 561621 and size standard of $20,500,000 in average annual revenue. The Government requires surveillance system modernization that consists of furnishing all labor, equipment, and materials and performing all work required to replace existing video surveillance/recording system with a new system as shown and described in the Statement of Work dated 23 APR 2015 (ATTACHMENT 1) and drawings dated 23 APRIL 2015 (ATTACHMENT 2). Additionally, the equipment items detailed in (ATTACHMENT 3), List of Materials, represent a technical solution that is known to fulfill the Government's requirement. Although brand names are referenced, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution (reference FAR 52.212-1(b)(4)). The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. The offeror shall provide all items (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination, installation at destination, and shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Offerors shall submit proposals broken down into two contract line item numbers (CLIN) as follows: CLIN 0001: Equipment and Materials - In Accordance with ATTACHMENT 3 CLIN 0002: Installation Labor - In Accordance with ATTACHMENTS 1 and 2 Equipment pricing must be provided in a format the same as or similar to that tabular structure in (ATTACHMENT 3) to aid in proper application of DFARS clause 252.211-7003. The clause states payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. The principle purpose of this effort is supply, but with an incidental construction portion that is subject to the Construction Wage Rate Requirements. Construction clauses included in this solicitation and any resulting contract will apply to CLIN 0002, but the overall contract will be treated as commercial and will be governed by FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The provision at 52.237-1 Site Visit (APR 1984) applies to this acquisition. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The SITE VISIT is highly encouraged and will be conducted 10 AM (ET) 30 June 2015. Offerors must complete the attached Site Visit Reservation form (ATTACHMENT 4) to attend. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 120 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 20 JULY 2015. Submit by email to richard.childres@us.af.mil or by mail to AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, and (ii) verify authenticity of the products being offered and the sourcing method to be used. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. When combined, technical capability and past performance are approximately equal in importance to price. TERMS AND CONDITIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2014); Alternate I (OCT 2014). The offeror is required to complete representations and certifications found in the provisions at 252.209-7992, Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-O0005) (DEC 2014) and at 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (FEB 2015). For your convenience all referenced certifications are attached to this solicitation, (ATTACHMENT 5). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2015), applies to CLIN 0001 of this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2015), applies to CLIN 0001 of this acquisition. The following additional FAR clauses cited in the clause are applicable to CLIN 0001 of this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) 52.219-6, Notice of Total Small Business Aside (NOV 2011) 52.219-8, Utilization of Small Business Concerns (OCT 2014) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Re-representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (JUL 2014) 52.222-36, Affirmative Action 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (JUL 2013) The following additional FAR and FAR Supplement provisions and clauses also apply to both CLINs 0001 and 0002: 52.203-3, Gratuities (APR 1984) 52.204-16, Commercial and Government Entity Code Reporting (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) 52.211-6, Brand Name or Equal (AUG 1999) 52.222-6, Construction Wage Rate Requirements (May 2014) 52.222-7, Withholding of Funds (May 2014) 52.222-8, Payrolls and Basic Records (May 2014) 52.222-9, Apprentices and Trainees (Jul 2005) 52.222-10, Compliance with Copeland Act Requirements (Feb 1988) 52.222-11, Subcontracts (Labor Standards) (May 2014) 52.222-12, Contract Termination -- Debarment (May 2014) 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014) 52.222-14, Disputes Concerning Labor Standards (Feb 1988) 52.222-15, Certification of Eligibility (May 2014) 52.222-27, Affirmative Action Compliance Requirements for Construction (Apr 2015) 52.225-9, Buy American-Construction Materials (May 2014) 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.236-2, Differing Site Conditions (Apr 1984) 52.236-3, Site Investigation and Conditions Affecting the Work (Apr 1984) 52.236-4, Physical Data (Apr 1984) 52.236-5, Material and Workmanship (Apr 1984) 52.236-7, Permits and Responsibilities (Nov 1991) 52.236-8, Other Contracts -- (Apr 1984) 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) 52.236-10, Operations and Storage Areas (Apr 1984) 52.236-11, Use and Possession Prior to Completion (Apr 1984) 52.236-12, Cleaning Up (Apr 1984) 52.236-13, Accident Prevention (Nov 1991) 52.236-28, Preparation of Proposals -- Construction (Oct 1997) 52.242-14, Suspension of Work (Apr 1984) 52.243-5, Changes and Changed Conditions (Apr 1984) 52.246-12, Inspection of Construction (Aug. 1996) 52.247-34 FOB Destination (NOV 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.211-7003, Item Unique Identification and Valuation (DEC 2013) 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.223-7006 Prohibition on Storage And Disposal Of Toxic And Hazardous Materials (SEP 2014) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) 252.225-7031, Secondary Arab Boycott Of Israel (JUN 2005) 252.227-7015, Technical Data--Commercial Items (FEB 2015) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.236-7000 Modification Proposals-Price Breakdown (DEC 1991) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 5352.223-9001, Health and Safety on Government Installations (NOV 2012) 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.209-9001, Potential Organizational Conflict of Interest (OCT 2010) ADDITIONAL GUIDANCE DAVIS-BACON ACT APPLIES The Davis-Bacon Act applies to this effort. Laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except as provided in the clause entitled Apprentices and Trainees. General Decision Number NY150013 01/09/2015 is selected as the applicable wage determination for this effort and is provided at (ATTACHMENT 6). INSURANCE CLAUSE IMPLEMENTATION The Contractor shall obtain and maintain the minimum kinds and amounts of insurance during performance of this contract as specified by FAR 28.307-2, Liability, and contemplated by FAR 52.228-5, Insurance - Work on a Government Installation. CONTRACT HOLIDAYS (a) The prices/costs proposed shall include holiday observances; accordingly, the Government will not be billed for such holidays, except when services are required by the Government and are actually performed on a holiday. (b) The following days are contract holidays: New Year's Day Jan 01 (except weekends, then it will be either Mon or Fri) Martin Luther King's Birthday 3rd Monday in Jan President's Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day Jul 4 (except weekends, then it will be either Mon or Fri) Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veteran's Day Nov 11 (except weekends, then it will be either Mon or Fri) Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 (except weekends, then it will be either Mon or Fri) (c) In addition to the federal holidays identified above, the AFRL Site Director may limit access due to other circumstances. These events may include such things as inclement weather conditions, power outages, unscheduled federal closures and/or other unexpected emergency situations. (d) In the event of an emergency situation the Director will announce through public channels either delayed reporting or closure of RRS facilities due to emergency conditions. This announcement is made solely for safety and security purposes and to inform all personnel (Government and Contractor) of site closure/delayed reporting. The Director is not authorizing time off for contractor employees and is not authorizing payment for work not performed. Contractor's shall take all appropriate actions to notify their employee's of closure/delayed reporting and make alternate work/schedule arrangements, if necessary. (e) Facilities may remain open for contractor personnel during unscheduled federal closures (e.g., National Day of Mourning) or other instances where Government employees are granted administrative leave in non-emergency situations. REQUIREMENT SPECIFIC GUIDANCE IS PROVIDED FOR THE FOLLOWING CLAUSES: Payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Any costs associated in complying with these terms should be included in the cost of the contract. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency. *ATTACHMENT 3, AMENDMENT NUMBER 1 dated 7 JUL 2015 is posted ATTACHMENT 3, List of Materials, is revised and replaced in its entirety by those listed in ATTACHMENT 3, AMENDMENT NUMBER 1 dated 7 JUL 2015.* ** Additional Solicitation Information #1 dated 8 July 2015 is posted.** ______________________________________________________________________ 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; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0024/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03797008-W 20150716/150715000222-b4ae8ff7ab76d22e530e0b7878fdfb1e (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.