SOLICITATION NOTICE
63 -- Upgrade Campus Building Entry Systems, 505 CCW - PWS
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Combat Command, 505th CCW, 138 Hartson St, Bldg 90005, Hurlburt Field, Florida, 32544-5231
- ZIP Code
- 32544-5231
- Solicitation Number
- F2FT324239AC01
- Point of Contact
- Samuel R Doswell, Phone: 850-884-9087, Eric J. Lingad, Phone: 8508845608
- E-Mail Address
-
samuel.doswell@hurlburt.af.mil, eric.lingad@hurlburt.af.mil
(samuel.doswell@hurlburt.af.mil, eric.lingad@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bldg Diagrams Performance Work Statement Solicitation Number: F2FT324239AC01 Agency: Department of the Air Force Office: Air Combat Command Location: AMIC/PKBC, Hurlburt Field, FL Notice Type: Combined Synopsis/Solicitation 561 -- Administrative and Support Services/561621 -- Security Systems Services (except Locksmiths) Synopsis: This is a posting 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 100% set aside for small businesses. The solicitation number is F2FT324239AC01. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-76; effective 25 August 2014. The North American Industry Classification Code (NAICS) is 561621, Security Systems Services (except Locksmiths), with a Size Standard of $20.5 Million. The Federal Supply Class (FSC) is 6350. The Standard Industrial Classification (SIC) is 7382. Submission Instructions: All responsible small business sources may submit a proposal that, if timely received, shall be considered by the agency. Submit signed and dated proposals on company letterhead. The proposal submission must include the solicitation number, acknowledgment and agreement with all the terms, conditions, and provisions identified within this solicitation, company contact information, CAGE Code, price breakout for the requested line items and any other information relevant to the proposal. Offerors that fail to furnish required representations or information, or reject the terms, conditions, and/or provisions of this solicitation may be excluded from consideration. The government reserves the right to make award on the initial proposal without discussions. The Offeror shall submit a technical and pricing proposal that adequately addresses all evaluation criteria. The technical proposal shall include details of the items being furnished and a project plan that sets forth an installation schedule. See Performance Work Statement (PWS) and associated diagrams for further details. The price proposal shall be as follows: Upgrade Campus Building Entry Systems, 505 CCW, Hurlburt Field, FL CLIN# Item Description QTY Unit Unit Price Total 0001 Upgrade Campus Building 1 LT Entry Systems, 505 CCW IAW Performance Work Statement (PWS) FIRM-FIXED-PRICE GRAND TOTAL $ Proposals must be received NLT Friday, September 19, 2014 at 12:00 PM CST. The Offeror shall submit its proposal via e-mail or mail to the following address: ACC AMIC/PKBC 505 CCW/PK 138 Hartson St Hurlburt Field, FL 32544 Attn: Sam Doswell To send proposal via e-mail, all documents must be scanned in.pdf (Acrobat) format and emailed to samuel.doswell@us.af.mil and eric.lingad@us.af.mil. No telephonic responses will be processed. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS; AVAILABLE ELECTRONICALLY AT: http://farsite.hill.af.mil OR PROOF OF REGISTRATION THROUGH SAM: https://www.sam.gov/portal/public/SAM/ All Offerors must have an active registration in the System for Award Management (SAM) at http://www.sam.gov AND Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Evaluation Factors: 52.212-2 Evaluation - Commercial Items (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: (i) technical capability of the item offered to meet the Government requirement (ii) price (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Points of Contact: Contract Specialist - Sam Doswell (850) 884-9087; Contracting Officer - Eric Lingad (850) 884-5608. Solicitation Provisions and Clauses: The following FAR provisions/clauses and supplemental agency provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 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 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions 252.225-7001 Buy American Act and Balance of Payment Programs; 252.225-7002 Qualifying country sources as subcontractors; 252.232-7003 Electronic submission of Payment Request 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman *The following clauses within FAR 52.212-5 are applicable to this acquisition: 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Site Visit: 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. ***A site visit will be scheduled for 1000 Wednesday, 10 September 14. If you plan on attending you will need to email the points of contact by 1200 CST, 9 September 14. We will be meeting in the parking lot of the Visitors Center (Building on left hand side as you approach the main gate) at 0945 to gather and take accountability. You should bring your vehicle registration, proof of insurance and current driver's license to obtain a base bass. You are required to submit all of your questions in writing by 1200 CST 12 September 14 (e-mail POC). All of the answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. NOTE: Communication with other officials and Offerors may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/505thCCW/F2FT324239AC01/listing.html)
- Place of Performance
- Address: 505th Command and Control Wing, Hurlburt Field, Florida, 32544-5231, United States
- Zip Code: 32544-5231
- Zip Code: 32544-5231
- Record
- SN03493533-W 20140905/140903235854-78bbeef1b577d7e239d3dbc2ba547995 (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 |