SOLICITATION NOTICE
63 -- ACCESS CONTROL SYSTEM/SURVEILLANCE CAMERAS BRAND NAME ONLY CONTINENTAL ACCESS - Justification and Approval Redacted - Statement of Work - Combined Synopsis/Solicitation - Site Visit
- Notice Date
- 3/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-12-Q-1038
- Archive Date
- 5/5/2012
- Point of Contact
- Miranda Self, Phone: 2109772743, Christina L. Barr, Phone: 2109775485
- E-Mail Address
-
miranda.self@us.af.mil, christina.barr.2@us.af.mil
(miranda.self@us.af.mil, christina.barr.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Base Access Information for Site Visit Combined Synopsis/Solicitation Statement of Work Determination for Other than Full and Open Competition This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The request for quote number is FA8307-12-Q-1038. This constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is BRAND NAME ONLY and is advertised for 100% Small Business Set-Aside. Attachment 1: Redacted Justification & Approval Attachment 2: Statement of Work Attachment 3: Base Access Information for Site Visit The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2012312, and Air Force Acquisition Circular (AFAC) 2012-0104. The Electronic Systems Center, Cryptologic Systems Contracting Division (HNCK), intends to award a Firm Fixed Price contract utilizing Simplified Acquisition Procedures for the purchase of (1) ACCESS CONTROL SYSTEM/SURVEILLANCE CAMERAS for BLDG 2061 & BLDG 2081. The associated North American Industrial Classification Standard Code (NAICS) is 561621, Security Systems Services (except Locksmiths), which has a dollar amount of $12,500,000.00. Delivery requirements are 30 days after receipt of order or earlier. Award will be made on "all" or "none" basis. Awardee will be required to bring all items for the access control system and surveillance cameras to the place of delivery along with any materials required for the installation (no shipping). Place of delivery shall be ESC/HNCOCS, Attn: JR James, 230 Hall Blvd., Ste 123, San Antonio TX 78243-7081. All required information for base access must be submitted NLT 4 April 2012 COB to miranda.self@us.af.mil. Please see attachment 1 for required information. The Site visit is scheduled for 11 April 2012 9:00 a.m. - 11:00 p.m. Only contractors who have submitted information for base access will be allowed to participate. Payment will be processed through DFAS Limestone. All invoices and receiving reports will be submitted via WAWF. The detailed process will be outlined in the purchase order. All packages and shipping papers shall be marked with the order number to permit effective pricing and timely payment. To be eligible for award, you must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR IAW 52.204-7 (Feb 2012) and annual confirmation requirements via the internet at www.ccr.gov. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Feb 2012). The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) delivery; (iii) price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (Mar 2012), Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders--Commercial Items ( Mar 2012 ) [The clauses that are check marked as being applicable to this purchase are: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-13, Notice of Set-Aside Orders (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation With Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]; 52.247-34 F.O.B. Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) [The fill in portion of this clause is: http://farsite.hill.af.mil]; 52.252-2, Clauses Incorporated by Reference (Feb 1998) [The fill in portion of this clause is http://farsite.hill.af.mil]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) [The clauses that are check marked as being applicable to this purchase are: 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Sept 2011); 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.247-7023, Transportation of Supplies by Sea (May 2002). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [The fill in portion of this clause is: ESC Ombudsman, Bldg. 1606, 9 Eglin Street, Hanscom AFB MA 01731, Telephone: (781) 377-5106, Facsimile: (210) 377-4659, Email: ESC.Ombudsman@hanscom.af.mil.] Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. Interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business, and whether they are U.S. or foreign owned. All required information must be received on or before 20 April 2012 5:00 pm CST. All responsible sources may submit an offer via e-mail to miranda.self@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-Q-1038/listing.html)
- Place of Performance
- Address: 230 Hall Blvd, Lackland AFB, San Antonio, Texas, 78243, United States
- Zip Code: 78243
- Zip Code: 78243
- Record
- SN02704325-W 20120325/120323234839-11e3deb1af70cf4e7093734eeeabb576 (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 |