Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

63 -- POL Security Cameras - Statement of work

Notice Date
9/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-09-P-0067
 
Archive Date
10/15/2009
 
Point of Contact
Heather M. Rippy, Phone: 2088283108
 
E-Mail Address
heather.rippy@mountainhome.af.mil
(heather.rippy@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work attached, there is not enough time for a site-visit prior to close-out one can be conducted upon award. (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3WF9135A901 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and through Department of Defense Acquisition Regulation Change Notice 20090825. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423610; Small Business Size Standard: 500 (v) CLIN (0001) 1 ea: WorkstationWS5000 System, PE-WS5060 (0002) 1 ea: ADV System Software Site, PE-WS5000SIT (0003) 1 ea: NVR 24 Stream Raid w/6TB strg, PE-NVR-512460 (0004) 2 ea: Misc non sale item VCD 5002, MISC Non Sale (0005) 1 ea: 19"LCD rack mounted monitor, ADI 40-19RCR (0006) 2 ea: wall mount adapters, NA Best Buy (0007) 1 ea: Misc nonsale item SM5000 (0008) 13 ea: Spectra IV IP camera 23x zoom, PE-SD4NCBWEO (0009) 13 ea: Pelco camera pole mount adapter, PE-SWM-PA-GY (0010) 12ea: Hoffman Nema 3 20"x24" enclosure w/bckplt, A-20R166HCR/A-20P16 (0011) 12ea: Altonix PD-8 distribution board, ADI AX-PD8 (0012) 12ea: Altronics power supplies, AL400 ULXB (0013) 12ea: outdoor rated Pelco Single out power supply, WSC1-4 (0014) 2 ea: 37" LCD monitor, PE-PMCL537A (0015) 1 ea: APC 1400 UPS, 4A-VP1400 (0016) 2 ea: single mode fiber to ethernet (0017) 13ea: Wireless equipment and Installation (0018) 13ea: Misc. conduit, material and cabling (0019) 13ea: trench work/rentals (0020) 72ea: labor in man days (vii) FOB-Destination for delivery to: 366 LRS, Mountain Home AFB, ID. Delivery NLT 120 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside (100% SB set-aside); FAR 52.219-8 Utilization of Small Business (Over SAT ); FAR 52.219-14 Limitations on Subcontracting (Over SAT);); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Numbered Notes Total Small Business Set-Aside (xvii) Quotes must be emailed to Heather Rippy at heather.rippy@mountainhome.af.mil, or faxed to (208) 828-2658 Quotes are required to be received no later than 0900 Wednesday 30 September, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-09-P-0067/listing.html)
 
Place of Performance
Address: 366 LRS POL, MHAFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01972407-W 20090930/090928235303-6052217373e081157c925c3b14267bec (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.