Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
MODIFICATION

N -- PKB Confinement Camera System (Commodity)

Notice Date
5/22/2025 9:52:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q1019
 
Response Due
6/4/2025 12:00:00 PM
 
Archive Date
06/19/2025
 
Point of Contact
Brandon Bartlett, Patrick Enriquez
 
E-Mail Address
brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil
(brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461325Q1019 Purchase Description: PKB Confinement Camera System (Commodity) This is a Combined Synopsis/Solicitation Notice for commercial products prepared in accordance with the format in FAR 12.6, and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a 100% Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1019, as a Request for Quote using FAR Part 12, Acquisition of Commercial Services, and FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 561621 � Installation of Equipment-Alarm, Signal, and Security Detection Systems, with a Small Business Size Standard of $25M. The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2025-03 effective 17 January 25 Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 01/17/2025 effective 17 January 25, and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 10/16/2024 effective 16 October 24. DESCRIPTION OF ITEM(S): All CLINs F.O.B. Destination. In accordance with the Performance Work Statement, the Contractor shall provide all management, tools, supplies, equipment, and labor necessary to perfom camera supply and installation services at F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, and local laws and regulations, and the Performance Work Statement. CLIN STRUCTURE: CLIN 0001: Axis M3088-V Dome Cameras Install Quantity: 1 Unit of Issue: EACH Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002: 8MP AI IR Pan, Tilt, Zoom (PTZ) Camera Upgrade Quantity: 2 Unit of Issue: EACH Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0003: CCTV Workstation and Enhanced Network Video Recorder (NVR) Quantity: 1 Unit of Issue: EACH Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0004: Camera System Configuration Quantity: 1 Unit of Issue: EACH Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ Total Price (Sum of CLINs 0001-0004): $ ATTACHMENT LIST: Attachment 1 - Offeror Response Form Attachment 2 - Performance Work Statement Attachment 3 - Statement of Understanding - Performance Work Statement Attachment 4 - Provisions and Clauses Attachment 5 - Supplemental Clauses PERIOD OF PERFORMANCE FOR ALL CLINs: 150 Days after date of award. PLACE OF PERFORMANCE: Bldg. 34, Confinement, Francis E. Warren AFB, WY 82005 QUESTIONS: Questions shall be received no later than Wednesday, May 28, 2025 at 1:00 PM MST (Mountain Time) by e-mail to Mr. Brandon Bartlett (brandon.bartlett.2@us.af.mil) and Mr. Patrick Enriquez (patrick.enriquez.4@us.af.mil). QUOTES: Responses/quotes MUST be received no later than Wednesday, June 4, 2025 at 1:00 PM MST (Mountain Time) in order to be considered timely. Forward responses by e-mail to Mr. Brandon Bartlett (brandon.bartlett.2@us.af.mil) and Mr. Patrick Enriquez (patrick.enriquez.4@us.af.mil). Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered. OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for Confinement Camera System. This acquisition is a 100% Total Small Business Set Aside and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 561621 will be accepted by the Government. Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Completed copy of Attachment 1 � Offeror Response Form Completed copy of Attachment 3 - Statement of Understanding - Performance Work Statement Proof of company experience configuring/installing with WizeNet Wave Video Management System (VMS) software, including detailed description of projects Proof of a minimum 2 years recent required experience and recent relevant trainings via resume, as defined at the end of this solicitation to include surveillance camera installation/configuration Any recent relevant training obtained applicable to the services requested Specifications/data sheets for any equipment or technology to be installed/provided Firm Fixed Pricing to include Unit Price, Extended Price, and Total Price in accordance with the CLIN structure (Price must include ALL work outlined within the PWS) Discount Terms (if applicable) Electronic submissions only: Email attachments cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions. DO NOT SEND ZIPPED files as the Government�s network will remove all zipped files. Telephone inquiries will NOT be entertained. Quotes shall be limited to no more than seven (7) pages, single spaced, and 12 font size minimum. This page limitation does not include the completed copy of Attachment 1 - Offeror Response Form, completed copy of Attachment 3 - Statement of Understanding - Performance Work Statement, or any specification or data sheets. The Government prefers that your firm submits its quote in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. EVALUATION: ADDENDUM TO FAR 52.212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government considering factors beyond price alone. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. A trade-off process, as described in FAR 15.101-1, will be employed to evaluate offers, allowing for the selection of a higher-priced proposal that demonstrably offers superior technical merit and overall benefit to the Government. The following factor(s) shall be used to evaluate offers: 1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 2 � Performance Work Statement, showcasing relevant trainings and experience, offeror resume shall include at a minimum 2 years of relevent trainings and required experience. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive. The technical proposal shall include the Statement of Understanding of Attachment 3 - Performance Work Statement, its requirements, specifications, and means to complete the project. This will be rated on an acceptable vs. non-acceptable basis. 2. Recent Relevant Past Experience: Provide detailed information demonstrating your recent (as defined in the solicitation) and relevant experience in performing similar work. This is a critical factor. 3. Recent Relevant Training: Provide detailed information demonstrating your recent (as defined in the solicitation) and relevant training related to the required services/products. This is a critical factor. Offerors should note that the combined assessment of past experience and training will be considered significantly more important than cost or price in the evaluation. The contract will be awarded to the offeror achieving the highest overall rating, reflecting the Government's emphasis on demonstrated competence and expertise, while ensuring that proposed pricing remains competitive and reasonable. 4. Price: The Government will evaluate quotes for acceptability and will rank the quotes by the non-price factors described above. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the Contracting Officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (End of Provision) DEFINITIONS: Relevant Training is defined as any training resulting in proficiency in installing and configuring various types of surveillance cameras (IP, analog, PTZ, thermal, etc.), recording systems (DVRs, NVRs), and related equipment, understanding of network connectivity, cabling standards, and power requirements for surveillance systems, ability to troubleshoot and resolve common system issues, including camera malfunctions, network connectivity problems, and recording failures, familiarity with relevant electrical codes, safety regulations, and industry best practices for installation and maintenance, knowledge of physical security principles and best practices related to camera placement and system protection, and familiarity with WizeNet Wave software and its associated applications on a Government installation. Required Experience: Any professional experience relating to the physical installation, configuration, testing, and ongoing maintenance of surveillance systems, including cameras, recording devices, network infrastructure, and supporting hardware, and professional experience ensuring systems operate effectively and reliably to meet security requirements. This includes professional experience designing, implementing, and maintaining secure network infrastructure for transmitting and storing surveillance data, ensuring the confidentiality, integrity, and availability of video streams, and developing, implementing, and maintaining video analytics and artificial intelligence (AI) solutions for surveillance systems. Recent, in regards to required experience and relevant trainings, is defined as occurring within the last 4 calendar years from the date of posting of this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b9d1ec3c84534c408c7992d1ddb26734/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07452335-F 20250524/250522230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.