Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
MODIFICATION

70 -- Physical Access Control System

Notice Date
12/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WN - WPAFB, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
F4F5Bk7284A101
 
Archive Date
1/10/2018
 
Point of Contact
Loren Fekete, Phone: 937-656-7446
 
E-Mail Address
Loren.Fekete@us.af.mil
(Loren.Fekete@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION 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; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. The solicitation document F4F5BK7284A101 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-96. The associated NAICS code is 511210, small business size standard is: $38.5M OPTION(S) if applicable: Delivery is 1 February 2018. Ship to: FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] 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 clause at 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation, applies to this acquisition. TAA compliance shall be in accordance with FAR. DPAS rating is DO-A7. Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 5 JAN 2018 Lt. Col. Peter Sandness, Jr. has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed above or you contact the Ombudsman at (937) 255-5512 or via email at: peter.sandness@us.af.mil. Proposals are due by 11:59 PM EST, 18 DEC 2017. Proposals shall be sent via email to loren.fekete@us.af.mil. Any questions regarding this acquisition should be directed to Loren Fekete at (937) 656-7446 or by e-mail. Addendum: Bill of Materials (BOM), Statement of Work (SOW) QUESTIONS ASKED AND ANSWERED 1. Can site visits be scheduled? We welcome site visits by any bidder. Please coordinate with Mr. Mike Bergman at 937-255-3636 x4342. 2. In the BOM, is the word "maintained" used to mean serviced or to mean left in place? The CAC readers are to be serviced but left in place as long as they are operable. The remaining hardware in the system is to be replaced. 3. Is there a list of CAC readers that are "inoperable?" No, but we welcome site vists by any bidder. Please coordinate with Mr. Mike Bergman at 937-255-3636 x4342. 4. Are scaled drawing available? Yes 5. Are ceilings suspended or hard lid? Suspended 6. Are there existing Cable Trays for wiring above ceilings? Possibly. Not sure. 7. Can exisitng wiring be utilized? Yes 8. Is a "UPS" required? If so, what time/power duration is required? No. 9. Are "or equal" equipment substitutions allowed? Yes. 10. Is "Plenum Wire" acceptable? Yes, if it meets codes. 11. Is "After Hours Access" for said work available to contractor at no additional cost to the government? No. 12. Please supply quantities for the following: A. Undefined quantity Miscellaneous Power supplies and batteries; B. Undefined quantity Request to exit sensors and buttons. A. and B. would be determined by the supplier to deliver the operational system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/F4F5Bk7284A101/listing.html)
 
Record
SN04774331-W 20171223/171221231717-c98da4727ff858da56c8e6eda63c1b4f (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.