Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

53 -- CAC Readers/Scanners fo Door Access - Statement of Work

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-16-T-0042
 
Archive Date
10/8/2016
 
Point of Contact
REHEMA K MBURUGU, Phone: 5757846065
 
E-Mail Address
rehema.mburugu.1@us.af.mil
(rehema.mburugu.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Installation instructions. •1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. •2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 and Defense Change Notice 20160830. •3) The standard industrial classification code is 5340, NAICS is 332510, Small Business Size Standard for this NAICS code is 750 employees. This requirement is solicited as 100% Small Business Set aside. •4) CLINS 0001 - HID Card Readers, parts and software 0002 - Installation in accordance with the attached Statement of Work The specs are for CLIN 0001: HID Card Readers - 2 EA Altronix 24VDC Power Supplies for Vertical Rods - 2 EA Vindicator MR52 Dual Card Reader Door controllers - 2 EA Electronic door strikes for Von Duprin - 4 EA 400 ft of one inch conduit 6 Conductor wire 2 Conductor wire Junction boxes See attachment for Statement of Work. •5) Delivery shall be F.O.B. Destination to: 33 SOS Attn: Lt Paul Kim 300 Air Commando way Bldg 848 Cannon AFB, NM 88103 Delivery Date: 30 days ARO ( If delivery will take longer, give delivery time in your quote) •6) The provision at FAR 52.212-1, Instructions to Offerors applies to this acquisition. The following is including as an addendum to 52.212-1. All proposals must contain unit and extended prices from the CLIN listed in paragraph 4 of this RFQ. Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph 4 will be considered nonresponsive and not considered for award. If additional items are proposed, offerors must include those items as a part of the CLINS provided. FAR 52.252-1 Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://farsite.hill.af.mil •7) The provision at FAR 52.212-2 Evaluation - Commercial Items applied to this acquisition: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price: Offerors will be ranked lowest to highest. Only the lowest priced offer will be evaluated for technical capability. If the lowest offer is deemed technically unacceptable, the next lowest offer will be evaluated for technical acceptability. This process will continue until a determination of technical acceptability is made. 2. Technical Acceptability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of attached item specifications. Technically Acceptable ratings will be given to the proposal that meets the requirements and all the minimum specifications contained in the solicitation. Technically Unacceptable ratings will be given to the proposal(s) that does not meet the the requirements and all the minimum specifications contained in the solicitation. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) •8) All offers must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or it's electronic equivalent. •9) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. •10) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive compensation and First-Teir Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14, Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. •11) The following terms and conditions also apply: FAR 52.204-7 - System For Award Management FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibation on Contracting with Inverted Domestic corporations FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.237-2 Protection of Government Buildings,Equipment and Vegetation. FAR 52.246-16 Responsibility for Supplies FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7006 Wide Area Workflow Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commerical Items DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request. AFFARS 5352.242-9000 Contractor Access to Air Force Installations •12) Quotes must be signed, dated and submitted by September 23 st 2016, 09:00 A.M., Mountain Standard Time. Quotes shall be electronically submitted via email to both of the following points of contact (POC). Failure to email all POC's may result in an unsuccessful offer. Primary: A1C Rehema Mburugu - rehema.mburugu.1@us.af.mil Alternate: A1C Autumn Curtis - autumn.curtis@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-16-T-0042/listing.html)
 
Place of Performance
Address: 300 Air Commando Way Bldg 848, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04272845-W 20160917/160915235153-c7e72277f5f28cc65a8e4c58b4a6bfae (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.