Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
SOLICITATION NOTICE

63 -- Surveillance Cameras - RFQ

Notice Date
9/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
BB-14-062
 
Archive Date
10/4/2014
 
Point of Contact
Alicia R. Codrington, Phone: 719-556-8763, Ryan J. Francies, Phone: (719) 556-4713
 
E-Mail Address
alicia.codrington@us.af.mil, ryan.francies@us.af.mil
(alicia.codrington@us.af.mil, ryan.francies@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attch 4 WD 2005-2079 Rev 15 (25 July 14) Attch 3 SOW, dated 10 Sept 2014 Attch 2 Contractor Submittal Form Attch 1 Additional Terms and Conditions BB 14-062, Surveillance Cameras (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) Solicitation BB-14-062, Surveillance Cameras is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. (iv) This acquisition is being procured as a 100% small business set-aside. The NAICS code for this requirement is 561621, Security Systems Services. The size standard is $20.5 million and a single award will be made as a result of evaluation of quotes received. Wage Determination 2005-2079 Revision 15 applies to this acquisition. (v) The following is a list of contract line item number(s) and items and respective quantities. CLIN Item Description Quantity Units 0001 Surveillance Cameras 9 Each 0002 Installation 1 Each (vi) DESCRIPTION: Digital surveillance cameras that require IR wedge style that have 700 TV lines of resolution and fixed 2.8mm lens. Installation shall be in accordance with Attachment 3- Statement of Work (SOW). (vii) Delivery terms are 30 days after date of contract award for both CLINs. Place of performance Peterson AFB, CO. All deliverables FOB destination (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation. (ix) FAR 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability: (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. A vendor's quotation will be considered technically acceptable if it quotes the items and quantities in accordance with the SOW and paragraphs v and vi of this solicitation. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition. Please see Attachment 2 for full text. Ensure all Representations and Certifications are updated in SAM. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. (xii) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. See Attachment 1 for full text. Additional terms and conditions apply to this solicitation and are found in Attachment 1 Terms and Conditions. (xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xiv) A site visit will be conducted for interested vendors on 17 Sep 2014 from 9:00 AM to 3:00 PM, MST. Interested vendors shall schedule a time for that day by 2:30 PM, MST, Tuesday, 16 September 2014. Further instructions will be provided to those interested in the site visit. The Government shall not be responsible for any costs associated with the site visit. Attachment 2, Contractor Submittal Form, must be fully completed and submitted with the offeror's quote. Quotes are due via e-mail not later than 4:00 PM, MST Friday, 19 September 2014. If you have any questions, please submit them in writing not later than 4:00 PM, MST Wednesday, 17 September 2014. All site visit scheduling, quotes, and questions (if applicable) should be submitted to 21cons.lgcbb@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xv) For additional information regarding this solicitation please contact the Contract Specialist Alicia Codrington or the Contracting Officer Ryan Francies at 21cons.lgcbb@us.af.mil. Ensure you reference the solicitation number in the Subject Line. RYAN FRANCIES, SrA, USAF Contracting Officer Attachments: 4 1. Terms and Conditions 2. Contractor Submittal Form 3. SOW dated 10 September 2014 4. Wage Determinations 2005-2079 Rev 15
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/BB-14-062/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03511246-W 20140917/140915235524-939e0a3bc239b12b32c25907ef887a1d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.