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
MODIFICATION

58 -- Video Surveillance/Recording Modernization - Additional Information #1

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
FA8751-16-Q-0469
 
Archive Date
10/5/2016
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A's 15 Sep 2016 Additional Solicitation Information Amendment #1 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. Solicitation FA8751-16-Q-0469 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) 2005-89 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20160811. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a total small business set aside under NAICS code 334220 and small business size standard of 1250 employees. The Government requires the furnishing all labor, equipment, and materials and performing all work required to replace the existing video surveillance/recording system with a new system as shown and described in the Statement of Work (ATTACHMENT 1) and Camera Locations Drawings (ATTACHMENT 2) The offeror shall provide CLIN 0001 the equipment solution (system) on a Firm Fixed Price basis, including the cost of shipping FOB Destination, separate installation at destination as CLIN 0002. 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 10AM (ET) 12 September 2016. Offerors must coordinate site access by emailing Tabitha.Haggart@us.af.mil. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 30 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. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b)Written proposals are due at or before 3PM, Eastern Time 9/20/2016 Submit to: AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the equipment solution (system) being offered (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Previous experience installing a similar camera system is required. (b)(11) 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. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. 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. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (A)LABEL: If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. (B)REGISTRY: Input the UID Type (UID 1 or UID2), Issuing Agency Code (D), CAGE Code, Part/Lot/Batch #, Serial #, Unit Price, and Unit of Measure. (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) 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. 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) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance All evaluation factors, when combined, are of equal importance. Award will be made to the Offeror that has the lowest priced, technically capable, with acceptable past performance Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors (Oct 2015) X 52.219-6, Notice of Total Small Business Aside X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-19, Child Labor-Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2014) X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.204-19, Incorporation by Reference of Representations and Certifications X 52.204-21, Basic Safeguarding of Covered Contractor Information X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 52.247-34, FOB Destination X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003) X 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) X 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls X 252.204-7011, Alternative Line Item Structure X 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting X 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support X 252.211-7003, Item Identification and Valuation Para. (c)(1)(i): none Para. (c)(1)(ii): none Para. (c)(1)(iii): none Para. (c)(1)(iv): none Para. (f)(2)(iii): none X 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7000, Buy American--Balance of Payments Program Certificate X 252.225-7001, Buy American and Balance of Payments Program X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018, Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea - Basic X 252.247-7024, Notification of Transportation of Supplies by Sea X 5352.223-9001, Health and Safety on Government Installations X 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. (NOV 2012) 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. The following additional terms and conditions apply: 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. All responsible organizations may submit a proposal which shall be considered. The Defense Priorities and Allocations System (DPAS) rating DO-A7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0469/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
SN04273262-W 20160917/160915235540-9c033c820cc6fefecf1c02ca5e7b1805 (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.