Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

63 -- INSTALLATION OF A NEW VINDICATOR BADGE STATION - PERFORMANCE WORK STATEMENT (PWS)

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3648179AW02
 
Archive Date
8/14/2018
 
Point of Contact
JUANITA HUNT, Phone: 2406125657
 
E-Mail Address
juanita.t.hunt.civ@mail.mil
(juanita.t.hunt.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work PERFORMANCE WORK STATEMENT (PWS) COMBINED SYNOPSIS/SOLICITATION : INSTALLATION OF A NEW VINDICATOR BADGE STATION The procurement of the materials, delivery of all components, and travel to and from Joint Base Andrews will all be the responsibility of the contractor. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) number F1D3648179AW02. This requirement is a 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 334290 with a size standard of 750 employees. Please identify your business size in your response based upon this standard. The requirement consists of the following items: The Government will award a firm fixed price contract for a The new Vindicator Badge Station should replicate the current badging station, work simultaneously, and ensure data continuity of the Honeywell Vindicator V5 The following items/services are being procured: CLIN Description Please see SOW and PWS for detailed instructions Quantity Unit Price Total Price 0001 Photo Bad in Printer 2 Sided 1 Each AE VBM 3 Badge Manager Client Workstation, Win7 64 bit, no SQL Database, RAID 1 (2x500GB HD), no Camera Package, no Badge Printer, no Monitor 1 Video Badging Camera Package 1 22 INCH MONITOR 1 1 OOBASE-FX MULTI MODE RUGGED SFP FOR E1HERNET SWITCH 1 EMT 304 Stainless Steel Conduit, Trade Size: 3/4", Nominal Length: 10 fl. 5 3/4" EMT Compression Connector, 1-45/64" Owrall Length 10 3/4" EMT Compression box connectors 5 Box, Electrical, 4" Square 5 All other additional cost Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Oct 2015) Addendum to 52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a 'Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer; 52.212-3 - Offerors Representations and Certifications - Commercial Items (Jul 2016) All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.202-1 - Definitions (Nov 2013) 52.203-5 -- Covenant Against Contingent Fees (May 2014) 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-7 -- Anti-Kickback Procedures (May 2014) 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-7 - System for Award Management Registration (Jul 2013) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016); 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014); 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.211-6 - Brand Name or Equal (Aug 1999); 52.211-5 -- Material Requirements (Aug 2000) 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (Jun 2016); 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011); 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, in solicitations and contracts for acquisitions that are set aside or reserved for, or awarded on a sole source basis to, service-disabled veteran-owned small business concerns under 19.1405 and 19.1406. This includes multiple-award contracts when orders may be set aside for service-disabled veteran-owned small business concerns as described in 8.405-5 and 16.505 (b)(2)(i)(F). 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-26 - Equal Opportunity (Apr 2015); 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 -- Combating Trafficking in Persons (Mar 2015) 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-6 -- Drug-Free Workplace (May 2001) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (Oct 2015); 52.232-1 -- Payments (Apr. 1984) 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-2 -- Service of Protest. (Sep 2006) 52.233-3 -- Protest After Award (Aug. 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.243-1 -- Changes -- Fixed-Price. (Aug 1987) 52.244-6 -- Subcontracts for Commercial Items (Jan 2017) 52.247-34 - F.o.b. - Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of clause) 52.252-6 - Authorized Deviations in Clauses (Apr 1984); (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation Supplement (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.204-7004 - Alternate A, System for Award Management (Feb 2014); 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); 252.211-7003 - Item Unique Identification and Valuation (Mar 2016); 252.223-7004- Drug-Free Work Force 252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013); 252.225-7001 - Buy American and Balance of Payments Program - Basic (Nov 2014); 252.225-7002 - Qualifying Country Sources as Subcontractors (Dec 2012); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 252.232-7010 - Levies on Contract Payments (Dec 2006); 5301.9103 - Solicitation Provision and Contract Clause 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the AFDW/PK Ombudsman; Primary: Yolanda B. Felder, yolanda.b.felder.civ@mail.mil, (240)612-6112, or Alternate: Calvin C. Hodgson, calvin.c.hodgson2.mil@mail.mil, (240)612-6113, 1500 West Perimeter Rd, Suite 5750, Joint Base Andrews, Maryland, 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (Nov 2012); 6. The contracting office address is as follows: 11 th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All proposals must be sent via e-mail to Juanita Hunt at juanita.t.hunt.civl@mail.mil. Proposals shall be submitted no later than 10:00AM EST, 30 July 2018. Questions shall be submitted no later than 10:00 AM EST, 23 July, 2018. The responses will be posted to all inquiries by 25 July 2018. 8. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote. ATTACHMENTS: •1. Performance Work Statement (PWS) •2. Statement Of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3648179AW02/listing.html)
 
Place of Performance
Address: Andrews AFB, MD 20762, ANDREWS AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04995080-W 20180719/180717231103-02c72792c6fff3b8faafc89983c0139f (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.