Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOLICITATION NOTICE

63 -- Purchase and Installation of LINX Intrusion Detective System - Attachments

Notice Date
3/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0055
 
Point of Contact
Jillian Kovacs, Phone: 9375224501
 
E-Mail Address
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CLINs, Provisions, and Clauses Wage Determination Statement of Work This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Firm-Fixed-Price (FFP) contract for commercial items, i.e. Purchase and Installation of the LINX TM Intrusion Detective System, as described in the Statement of Work attached. The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotations (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number: FA8601-15-T-0055 NAICS Code: 561621 Small Business Size Standard: $20,500,000.00 This requirement is for the purchase and installation of the LINX TM Intrusion Detective System. Location of Performance: Acquisition Management Complex Bldg. 553 Wright-Patterson Air Force Base, OH 45433 Synopsitation Closing Date: April 3, 2015 2:00p.m. EST Send Proposals To: AFLCMC/PZIOAB Attn: Jillian Kovacs 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via e-mail to: jillian.kovacs@us.af.mil Any correspondence sent via e-mail must contain the subject line " Synopsitation FA8601-15-T-0055." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Jillian Kovacs at (937) 522-4608 or via e-mail at jillian.kovacs@us.af.mil. A detailed description of the requirement including the solicitation document with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals, an explanation of how proposals will be evaluated, statement of work, and wage determination, are provided in the attached documents. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3(Alt 1), Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3(Alt 1) fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://sam.gov and completing the Online Representations and Certifications. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.212-1, Instructions to Offerors- Commercial Items (Apr 2014) 52.212-3, Contractor Representations and Certifications- Commercial Items with Alternate 1 (Dec 2014 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is http://farsite.hill.af.mil) The following Federal Acquisition Regulation (FAR) clauses, either by reference or full text, apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Dec 2014) The clauses that are check marked as being applicable to this purchase are: 52.219-28, Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards (May 2014) 52.222-44, Fair Labor Standards and service Contract Labor Standards- Price Adjustment ( May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award (Aug 1996)(31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.252-2, Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) FAR 52.252-4, Alterations in Contract (Apr 1984) (Insert in full text: "FAR 52.212-4(j) Reserved") The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation ( Deviation 2015-O0010). 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015- O0010) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.232-7003, Electronic Submission of Payment Requests (Jun 2012); 252.232-7006, Wide Area WorkFlow Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman 5352.223-9000, Elimination of Use of Class 1 Ozone Depleting Substances (ODS) (Nov 2012) 5352.223-9001, Health and Safety on Government Installations (Nov 2012) 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) Contracting Office Address: 1940 Allbrook Drive Wright-Patterson AFB, Ohio 45433-5309 United Stated Place of Performance: Acquisition Management Complex Bldg. 553 Wright-Patterson Air Force Base, OH 45433 Primary Point of Contact: Secondary Point of Contact: Jillian Kovacs Laura Reuter Contracting Specialist Contracting Officer jillian.kovacs@us.af.mil laura.reuter@us.af.mil Phone: 937-522-4501 Phone: 937-522-4648
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0055/listing.html)
 
Place of Performance
Address: Acquisition Management Complex, Bldg. 553, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03679132-W 20150327/150325235621-1e26a19ef5f4c96e1815ba7e951b52e7 (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.