Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

63 -- Vindicator Intrusion Detection System for 609 ACOMS - Performance Work Statement (PWS)

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-11-Q-A047
 
Archive Date
3/12/2011
 
Point of Contact
Daniel P. Kane, Phone: 803-895-5354, Ronald P. Alexander, Phone: 8038955392
 
E-Mail Address
daniel.kane@shaw.af.mil, ronald.alexander@shaw.af.mil
(daniel.kane@shaw.af.mil, ronald.alexander@shaw.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) for Building 1923, Room 158. Performance Work Statement (PWS) for Building 1130, Room B14. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; information is being requested and a written solicitation will not be issued. The reference number for this procurement is FA4803-11-Q-A047 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-46, (DPN) 2010-1112, (AFAC) 2010-1027. This acquisition is 100% set-aside for small businesses. The associated North American Industry Classification System Code is 561621 - Security Systems Services (except Locksmiths) with a $12.5 million small business size standard. This is firm fixed price procurement, and will be procured using commercial item procedures and award selection will be made based on price and in accordance with the evaluation for award in FAR 13.106. The following items are required: Contractors shall submit an offer/quote for: the installation of a Vindicator UHS-1500 (Sparrow) Alarm Unit in Building 1130, to provide primary intrusion detection for Room B14; and the installation of a Vindicator UHS-1500 (Sparrow) Alarm Unit in Building 1923, to provide primary intrusion detection for Room 158. All responsible sources may submit quotations. Please see both attached Statement of Works. Note: there will be a site visit on: 16 February 2011 @ 9:00 AM EST. Due to limited space, we respectfully request each interested Contractor limit the number of personnel in attendance to no more than two personnel. Please provide the names of all attendees to: Mr. Daniel P. Kane (see Primary POC below) not later than: 15 February 2011 @ 2 PM EST. The following FAR clauses and provisions are incorporated in this acquisition: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial.FAR 52.212-1, Instructions to Offerors Commercial Items. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. The Government may award multiple agreements resulting from this solicitation to the responsive responsible offeror(s) whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factor shall be used to evaluate quotes: Price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644)., 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3))., 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (June 2003) (E.O. 11755)., 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126)., (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)., (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)., Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513)., (32) 52.225-1, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332)., (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: FAR 52.219-6 Total Small Business Set Aside, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-25, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payments, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (Mar 2007) (Alternate I) (Oct 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), 5352.201-9101 Ombudsman follows: Mr. Eric Thaxton 129 Andrews Street, Langley AFB VA 23665-2769 Phone: (757) 764-5371 FAX (757) 764-4400 Email: eric.thaxton@langley.af.mil. All Offers/Quotes shall be marked with the Request for Quotation Number, date and time. Facsimile and electronic mail offers/quotes will be accepted. Late offers: Request for Quotations or modification of quotes received at this address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offers/Quotations may be submitted via e-mail to daniel.kane@shaw.af.mil, or by fax to (803) 895-5339. All Offers/Quotations are due not-later-than: 25 February 2011 @ 2 PM EST. Contracting Office Address: 321 Cullen St Bldg 216 Shaw AFB, South Carolina 29152-5004 Place of Performance: Bldg 1130 and Bldg 1923 Shaw AFB, SC 29152 United States Primary Point of Contact (POC): Mr. Daniel P. Kane Contract Specialist daniel.kane@shaw.af.mil Phone: 803-895-5354 Fax: 803-895-5339 Contract Officer: Mr. Ronald Alexander Contract Officer ronald.alexander@shaw.af.mil Phone: 803-895-5392 Fax: 803-895-5339
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-11-Q-A047/listing.html)
 
Place of Performance
Address: Shaw Air Force Base, SC, Buildings 1130, Room B14 and 1923, Room 158., Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02365861-W 20110127/110125234239-38cb45e0b976f7c3f41608d2278b184b (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.