Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

63 -- Security Camera System

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-15-T-0044
 
Archive Date
10/6/2015
 
Point of Contact
Oliver Anthony Ancans, Phone: (609) 754-4701
 
E-Mail Address
oliver.ancans@us.af.mil
(oliver.ancans@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-15-T-0044 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 (effective 3 Sep 15) and Defense Federal Acquisition Regulation Supplement 20150826 (effective 2 Aug 15). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The North American Industrial Classification System Code is 423410 with a small business size standard of 100 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - 10 each high definition security cameras and associated items in accordance with the attached statement of work. TOTAL PRICE tiny_mce_marker__________________ DELIVERY/INSTALLATION DATE: ____________________________________________ QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. Offerors are required to fill out and return Federal Acquisition Regulation 52.212-3, Alternate 1 (attached) ATTACHMENTS: 1. FAR 52.212-3, Alternate 1 2. Statement of Work 3. Burlington County Wage Determination QUOTES ARE DUE TO oliver.ancans@us.af.mil by 1:00 PM 21 SEP 2015 SITE VISIT: A site visit is scheduled for Tues, 15 Sep 2015 at 9:30 am. All attendees will meet at Bldg 2402 (McGuire Area) no later than 9:30 am, 15 Sep. 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. Offerors are required to submit the following information for all site visit attendees by 14 SEP 15 to oliver.ancans@us.af.mil Name, company, date of birth and social security number.   APPLICABLE CLAUSES/PROVISIONS BY REFERENCE: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-1 Instructions to Offerors- Commercial Items, 52.212-2 Evaluation- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.222-20 Contracts fort Materials, Supplies, Articles and Equipment Exceeding $15,000, 52.222-25, Affirmative Action Compliance, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.233-2, Service of Protest, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.228-5, Insurance-Work on a Government Installation and ADDENDUM - MINIMUM INSURANCE LIMITS: Workman's Compensation and Employer's Liability insurance $100,000 for accidental bodily injury or death and for occupational disease; General Liability insurance at least $500,000 bodily injury liability per occurrence and $20,000 property damage liability per occurrence; Automobile liability at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage; and $200,000 per occurrence for property damage. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 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, 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-aside 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, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 01:00 pm EST on 09 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-15-T-0044/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, Trenton, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03880057-W 20150912/150911000043-fd4051a078811ef904cdaf6bcbd8a774 (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.