DOCUMENT
N -- Security System Upgrade - Statement of Work
- Notice Date
- 2/4/2009
- Notice Type
- Statement of Work
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- FM308983407000
- Archive Date
- 2/27/2009
- Point of Contact
- Andrea J. Davignon,, Phone: 210-652-8428, Shirley A. Puente,, Phone: 210-652-5176
- E-Mail Address
-
andrea.davignon@randolph.af.mil, shirley.puente@randolph.af.mil
- Small Business Set-Aside
- N/A
- Description
- 1. The 12th Contracting Squadron, Randolph AFB TX, has a requirement to provide: An upgrade to the existing access control system and install new equipment to the existing security system located at the 12th Medical Group, Bldg 1040 at Randolph AFB, TX. All of which are in accordance with the attached Statement of Work. If a Site Visit is required, contact Contracting Officer, 652-5176 to schedule date and time. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial Items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number FM308983407000 is issued as a request for quotation (RFQ). This requirement is 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industry Classification System Code (NAICS) is 561621; size standard $12.5 Million. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.211-6 -- Brand Name or Equal; 52.212-1 Instructions to the Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications – Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions – Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; Child Labor—Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration; 52.223-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984)The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jan 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification 5352.201-9101 Ombudsman; INVOICING INSTRUCTIONS AND PAYMENTS FOR MEDICAL SUPPLIES/SERVICES WITH “6B” STOCK FUNDING. “INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice.” Invoices for medical supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow (WAWF). This is now a requirement for all vendors, including all medical supplies/services. The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988 or 1-800-756-4571. Vendors please specify that this is contract is for medical supplies/services using “6B” stock funds submitted as INVOICE ONLY. To create an invoice via WAWF, select “Create a New Document”. Vendors should be loading the invoices in WAWF only by selecting “INVOICE” as the invoice/document type. THE USE OF ANY OTHER OPTION WILL DELAY PAYMENT. All medical receipts should be loaded into the “DMLSS” system by the medical group customer at the base; therefore, receipts should not be received in WAWF. If customer requests a copy of the invoice, this can be accomplished via e-mail direct to the medical group customer. The following information is provided for completion of the invoice on WAWF: SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2.Web-based Internet and Internet information and applications 3.Telecommunications products 4.Video and multimedia products 5.Self contained, closed products 6.Desktop and portable computers Further information and guidance can be found at http://www.section508.gov 3. FAR 52.212-2, Evaluation – Commercial Items. 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. Addendum: Basis for Award: This is a competitive acquisition. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. The Government will make an award using the following factors: 1) Price: Offers shall propose on all items. Only firm fixed price offers will be evaluated. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 2) Technical Capability: Offerors shall provide written evidence of capability to perform the work required by the attached Statement of Work. Technical capability shall not exceed 5 pages. 3) Past Performance: Offerors shall submit a minimum of 1 reference, but not more than 3 of the most relevant and recent contracts performed for other Federal agencies or commercial customers. The reference list should include, as a minimum: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address and Telephone Number of Contracting Officer and Quality Assurance Evaluator/Project Manager. Relevancy: Relevant performance includes performance of work efforts that are similar or greater in scope and magnitude. The purpose of the past performance evaluation is to allow the Government to assess the offeror’s ability to perform the effort described in this solicitation based on the offeror’s demonstated present and past performance. Past Performance information shall not exceed 5 pages. The Government will make an award to the Offeror that provides the best price, demonstrates the technical capability and past performance to complete this requirement. All factors are equally important. 4. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 12 February 2009, 2:00p.m. Central Standard Time. Point of Contact Ms. Andrea D’Avingon, Contract Specialist, Tel: 210-652-5176, Fax: 210-652-5135, andrea.davignon@randolph.af.mil or Ms. Shirley Puente, Contracting Officer, Tel: 210-652-5176, Fax: 210-652-5135, shirley.puente@randolph.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c1da8933a41acf2cb15899796a88103&tab=core&_cview=1)
- Document(s)
- Statement of Work
- File Name: Statement of Work (Sow AIS Alarm System (2).docx)
- Link: https://www.fbo.gov//utils/view?id=ba52b385bc77c4761c7807ec6e3baf60
- Bytes: 20.81 Kb
- File Name: List of Components (Component List.xls)
- Link: https://www.fbo.gov//utils/view?id=e7cb7b2cce56259c3d15f78e94d7a81c
- Bytes: 28.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Statement of Work (Sow AIS Alarm System (2).docx)
- Place of Performance
- Address: 12th Medical Group, Bldg 1040, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01743978-W 20090206/090204220826-7c1da8933a41acf2cb15899796a88103 (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 |