SOLICITATION NOTICE
59 -- 14 SFS Genetec Camera Upgrade - Statement of Need/ Brand Name Justification
- Notice Date
- 9/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3A94240A001
- Archive Date
- 10/4/2014
- Point of Contact
- Jessica L Ayers, Phone: 6624347766, Micael L. Jiggetts, Phone: 6624347761
- E-Mail Address
-
jessica.ayers@us.af.mil, micael.jiggetts@us.af.mil
(jessica.ayers@us.af.mil, micael.jiggetts@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 8 September 2014 Genetec Camera Upgrade Statement of Need Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 & 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3A94240A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition will be a Full and Open, Brand-Name requirement. The associated North American Industry Classification System (NAICS) code is 511210, Communication Equipment Repair and Maintenance. The business size standard is $38.5M. Columbus Air Force Base has a requirement to replace 6 work stations and a new network switch in accordance with the attached Statement of Need (SON), dated 8 Septmber 2014 on Columbus AFB, MS. The 6 workstations will have the following capability: Genetec certified Viewstation Chassis with 510 Watt Power. The processor will be a minimum of Intel Core i7-4770 3.40 GHz. The operating system will be Microsoft Windows 7 Professional for 64 bit system. The memory will contain 8GB; the hard drive will be 500 GB. The CD-ROM will be a DVD-RW. The video card will have 2 VGA network cards. The Network card will be of the GIG kind.. All items are BRAND NAME. FOB: Destination, delivered to Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: 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: TECHNICAL CAPABILITY- All offers will be reviewed to ensure the capabilities of the transceivers and other equipment offered will meet the needs of the Government in accordance with the SON, dated 8 September 2014. Provide cut sheets of products proposed when you submit your quote. PRICE-The price proposed will be included as part of the evaluation. Award will be made in the aggregate, all or none. The Government reserves the right to award without discussions. Contact Jessica Ayers, Contract Specialist(CS), telephone (662) 434-7766, or e-mail: jessica.ayers@us.af.mil Additional contact, Micael Jiggetts, telephone (662) 434-7761, or e-mail micael.jiggetts@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 19 September 2014 by 2:00 PM CT. A break down of the required elements has been provided in the SON to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3A94240A001/listing.html)
- Place of Performance
- Address: 14th Security Forces Squadron, Columbus, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03510934-W 20140917/140915235222-ff6e8d82891d9f79ae8bf100a1b681bf (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 |