SOLICITATION NOTICE
63 -- Ammo Alarm System Upgrade - Package #1 - Package #2 - Package #3 - Package #4
- Notice Date
- 9/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- HJZH111044B_AmmoAlarmSystemUpgrade
- Archive Date
- 10/8/2012
- Point of Contact
- Fernando F Cervantes, Phone: 907-552-7182
- E-Mail Address
-
fernando.cervantes.1@elmendorf.af.mil
(fernando.cervantes.1@elmendorf.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Government Furnished Equipment Parts List Brand Name Letter SOW "Notice to Offerors: Funds are not presently available. No award will be made under this RFQ/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Submission of a quote does not obligate the government to make an award and a contractor will not be reimbursed for costs incurred in submitting a quote." COMBINED SYNOPSIS/SOLICIATION FOR PLAYGROUND EQUIPMENT 1) 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. 2) Solicitation HJZH111044B is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 27 August 2012. The DFARS provisions and clauses are those in effect to DPN 20120829 effective 29 August 2012. 4) This is full and open unrestricted. 5) Line Items: Please refer to attached documents for further descriptions of following line items. Line Item Description Quantity Unit of Issue Unit Price Extended Price 0001 Purchase all items on attached parts list to include installation of all purchased items and GFE items 1 Lump Sum 0002 Freight (FOB Destination JBER, AK 99506) 1 Each TOTAL 6) The government intends to award a firm-fixed price contract. 7) All items on attached parts list to include installation will be delivered to the following address: Bldg 55294, 55298 Joint-Base Elmendorf Richardson, Anchorage AK, 99506 8) Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability, Part II -Price Proposal. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 2. Specific Instructions: a. PART I- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative (this will not include pricing). b. PART II - PRICE - Submit one (1) copy of price narrative. 3. Technical Acceptability, at a minimum, is defined as meeting all of the specification criteria in the attached documents. Price, and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. 4. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling 1-866-606-8220. 9) The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable the evaluation will stop and award will be made to the lowest priced offer found technically acceptable. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Provide Ammo Area Alarm System purchase of Advantor and Vindicator alarms system manufactured by Honeywell. The requirement is to include installation of purchased items and GFE. Delivery and start of installation is expected to be 30 days after receipt of award. Please refer to the Statement of Work (SOW) for more information. Please forward all questions to TSgt Fernando Cervantes at fernando.cervantes.1@elmendorf.af.mil no later than 12:00 PM Alaska Standard Time on 18 of September, 2012. 10) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), and the provision 252.212-7000 (Jun 2005), Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at https://www.sam.gov/portal/public/SAM/. 11) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. 12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jul 2012), applies to this acquisition. In addition, the following clauses apply to this acquisition: FAR 52.203-3, Gratuities (Apr 1984) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government (Oct 1995) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) FAR 52.204-99 (Deviation), System for Award Management Registration (Aug 2012) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporation (May 2012) FAR 52.219-8, Utilization of Small Business concerns (Jan 2011) FAR 52.219-9, SB Subcontracting Plan (Jan 2011) FAR52.219-9 Alt II, SB Subcontracting Plan (Oct 2001) FAR 52.219-16, Liquidated Damages - Subcontracting Plan (Jan 1999) FAR 52.219-28, Post Award Small Business Program Representation (Apr 2012) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-37, Employment Reports on Veterans (Sep 2010) FAR 52.222-40, Notification of Employee Rights Under National Labor Relations (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.222-54, Employment Eligibility Verification (Jul 2012) FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Product (May 2008) FAR 52.223-9 Alt 1, Estimate of Percentage of Recovered Material Content for EPA-Designated Product (May 2008) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3, Protest after Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.211-7003, Item identification and Valuation (Jun 2011) DFARS 252.212-7000, Offeror Reps & Cets-Commercial (Jun 2005) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012) DFARS 252.215-7008, Only One Offer (Jun 2012) DFARS 252.219-7003, Small Subcontracting Plan (DoD Contracts) (Jun 2012) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Jun 2012) DFARS 252.225-7001, Buy American Act-Balance of Payment Program (Jun 2012) DFARS 252.225-7012, Preference Certain Domestic Commodities (Jun 2012) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7002, Requests for equitable adjustments (Mar 1998) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) The following clauses are incorporated by Full Text: 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, CMSgt Tommie Rogers 25E. Street, Suite D-306 JBPH-H, HI, 968535427 Tel: (808) 449-8569 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency.. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your System Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's SAM profile at https://www.sam.gov. Click on "Update" or "Renew" using "TPIN". SAM customer support can be reached at 1-866-606-7828. If your company's electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: HJZH11 SERVICE ACCECPTOR: HJZH11 "SHIP TO" DODAAC: HJZH11 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: Gary.Casagranda@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: Fernando.Cervantes.1@ELMENDORF.AF.MIL 13) N/A 14) N/A 15) NOTICE TO ALL INTERESTED PARTIES: A Site Visit will be held on Monday, 17 September 2012 at 10:00AM Alaska Standard Time. If you are planning on attending site visit please RSVP to me by September 14, 2012 at 12:00 P.M. to allow time for base pass processing. This meeting will start in the 673d Contracting Squadron Conference Room, Rm 350 at 10480 22nd Street, Suite 240, JBER, AK 99506. Offerors are urged and expected to inspect the site where performance will be held and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Post-Site Visit questions are due in writing NLT Tuesday, September 18, 2012 at 12:00PM Alaska Standard Time. Questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: TSgt Fernando Cervantes, via fax to 907-552-3561 or e-mail: Fernando.Cervantes.1@elmendorf.af.mil. E-mail is preferred. An amendment will be issued to answer any questions received. Quotes are due Sunday, 23 September 2012 at 12:00 P.M. Alaska Standard Time. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by September 23 at 12:00PM Alaska Standard Time. The deadline to submit questions will be September 18 at 12:00PM Alaska Standard Time Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: TSgt Fernando Cervantes, via fax to 907-552-3561 or e-mail: Fernando.Cervantes.1@Elmendorf.AF.Mil. E-mail is preferred. 16) For information regarding this solicitation, contact TSgt Fernando Cervantes at (907) 552-7182.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/HJZH111044B_AmmoAlarmSystemUpgrade/listing.html)
- Place of Performance
- Address: Bldg 55294, 55298, Joint-Base Elmendorf Richardson, Anchorage AK, 99506, Joint Base Elmendorf Richardson, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02874599-W 20120911/120909233333-36d01aadcb9225e6d0e8839cc7d86732 (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 |