SOLICITATION NOTICE
56 -- Turnstiles and ADA Gate Install at Lackland AFB - Statement of Work
- Notice Date
- 8/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- RFQ290812-Turnstiles-and-ADA-Gat
- Archive Date
- 9/22/2012
- Point of Contact
- John F Puckett, Phone: 2106715437, Orlando Guerrero, Phone: 2106711721
- E-Mail Address
-
john.puckett.5@us.af.mil, orlando.guerrero.2@us.af.mil
(john.puckett.5@us.af.mil, orlando.guerrero.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for buy and installation of Double Turnstiles and ADA Gate This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is RFQ290812-Turnstiles-and-ADA-Gate & SOW. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and DFARS change notice 20120615. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date. This is a 100 percent small business set aside. The NAICS Code is 332323 and the size standard in number of employees is 500. (The quote shall be valid through 31 November 2012) RFQ290812-Turnstiles-and-ADA-Gate 1. Submission and Questions of Quotes Due Date: Questions must be submitted No Later Than 5 th September 2012 at 1:00PM (CST). As soon as possible, but not later than Friday the 7 th of September, 2012 at 1:00PM Central Standard Time (CST) Submitted quotes must be effective for 90 days after submission. Quotes may be faxed to 210-671-3360, Attention: John Puckett or Orlando Guerrero, and quotes may be emailed to John Puckett at john.puckett.5@us.af.mil. (Email is preferred) 2. Company Info: Please provide the following information (if applicable): Legal Business/Company Name (as it is indicated in SAM.gov): DUNS # Cage Code Number: POC: Tel: E-Mail Address: Federal Tax ID#: ________________________ 3. Description of Goods/Services: A full size security double turnstile and ADA gate will be provided and installed at Lackland installation. Details, including location size, suggested turnstile model, and expected parameters are found in attached SOW. Make quote as close to parameters as possible. However, if you must deviate, please provide explanation with quote. Deviations will be handled on a case by case basis, and might not exclude the offer. 4. This is a 100 percent small business set aside. 5. Basis for Award. The 802nd CONS will issue a purchase order to the vendor who is determined to have offered the lowest evaluated price to the government. Award will be made to the responsible vendor who quoted the lowest evaluated price. Since award will be based on initial responses, offers are highly encouraged to quote their most advantageous pricing in their initial response. 6. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the Statement Of Work. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 7. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 8. If you have any questions, please contact the contract administrator, _John_Puckett_ at (210) 671-3179 or via e-mail at john.puckett.5@us.af.mil or the contracting officer, Susan Edwards, at (210) 671-1732 or via email at orlando.guerrero.2@us.af.mil. The fax number is (210) 671-3360. 9. Mandatory Registrations: To be eligible for award, the On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations must be current. If your Reps & Certs are not current go to https://www.sam.gov 10. The following FAR/DFARS provisions and clauses are applicable to this request/solicitation for open market quotes: 52.204-99, SAM Registration 52.212-1, Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). 52-219-6 Notice of Small Business Set-Aside 52.219-28, Post-Award Small business program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action 52.222-42, Statement of Equivalent Rates For Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Band Text Mess while Driving 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.236-12, Cleaning Up 52.246-17, Warranty of Supplies of a Noncomplex Nature 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Provisions 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Lackland 0003, Electronic Submission of Payment Requests Lackland 0007, Addendum to 52.212-4 Lackland 0009, Former AETC Clauses Lackland 0010, Security Requirements for Unclasified Solicitations and Contracts Lackland 0013, Contractor Personnel Conduct Lackland 0014, Contract Work Hours Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/RFQ290812-Turnstiles-and-ADA-Gat/listing.html)
- Place of Performance
- Address: Lackland AFB, San Antonio, Texas, United States
- Record
- SN02860297-W 20120831/120829235826-28c8ddc2652cb7f07ba193a4a099423b (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 |