SOLICITATION NOTICE
63 -- Dorm Cameras PAFB - Q&As - Dorm 505 & 506 as builts
- Notice Date
- 8/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA252118QB13301
- Archive Date
- 9/22/2018
- Point of Contact
- Tiffany S. Thornton, Phone: 3214946343, Terrell Phillips, Phone: 3214949200
- E-Mail Address
-
tiffany.thornton.3@us.af.mil, terrell.phillips.1@us.af.mil
(tiffany.thornton.3@us.af.mil, terrell.phillips.1@us.af.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- 506 Building 505 Q&As Combined Synopsis/Solicitation This is the resolicitation in reference to solicitiation no. FA2521-18-Q-B133. No extensions to the solicitation will be granted. Commercial items prepared in accordance with the format in 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. The solicitation number FA2521-18-Q-B13301 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100; Effective 22 Aug 2018. This is a set-aside for Women-Owned Small Business (WOSB) eligible under the WOSB Program. The North American Industry Classification System (NAICS) code for this project is 561621with a size standard of $20.5M. The purpose of this combined synopsis and solicitations for the purchase and delivery of to purchase and install a security system for the Patrick Air Force Base (PAFB) dormitory, buildings 505 and 506. Please see attached As Builts and Questions and Answers (Q&A) for further instructions. The bid schedule and contract CLIN schedule are below: Item Description Qty Unit Unit Price Total Amount 01 Provide and Install Security System Samsung Outdoor Fixed Dome Camera (MP) 48 EA Samsung Indoor Fixed Dome Camera (MP) 18 EA Outdoor rated camera back box 48 EA Viewing station includes workstation 1 EA monitor and all cabling Samsung Network Recorder/30 day recording 2 EA Network Switch 48 port PoE 2 EA Conduit, connectors, labels and misc 1 EA Cat6 Data Cable 47 EA This is a brand name or equal requirement: ONSSI, Lenel ACS Server and software: ASC-96T-WS16 Seneca Assurance configuration The Assurance configuration is a 2U rackmount, Xeon Silver Processor, Dual SSD OS drives, 32GB Mem, RAID5 useable storage, Dual NIC, Keyboard/Mouse, Windows 10, 5 yr NBD Onsite warranty: ** Assurance Series 2RU 96TB, 82TB R5, Ser 16 Wave-Pro-48 Software Cameras: XNV-8080R XND-6080RV PNM-9081VQ Installation shall include the following: Cable Installation Device Installation Terminations Framing and Focusing Programming, Testing & Commissioning Training Provide the following Salient Characteristics: 3 Year Warranty on Labor & Material Remote Viewing (Both buildings must be monitored from a single location) Electrical Support Raceway Between Buildings *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 7 Sep 2018 RFQ due time: 1:00 P.M. EST Email to Tiffany Thornton at tiffany.thornton.3@us.af.mil or by mail at: Ship to address: 45 CES/CEIH Attn: TSgt Christopher Long 514 Falcon Ave, Bldg 415 Patrick AFB, FL, 32925 45th Contracting Squadron Attn: FA2521-18-Q-B133 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO TIFFANY THORNTON AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to tiffany.thornton.3@us.af.mil by 1:00 P.M. EST 3 Sep 18. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. *52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (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 an 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; and (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) FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (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 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of Provision) 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 16) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-7 Notice of Partial Small Business Set-Aside (June 03) 52.219-7 Alternate I (Oct 95) 52.219-7 Alternate II (Mar 04) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-14 Limitations on Subcontracting (Jan 17) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the Women-Owned Small Business Program (Dec 15) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (May 14) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-37 Employment Reports on Veterans (Feb 16) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (May 15) 52.222-60 Paycheck Transparency (Executive Order 13673) (Oct 2016) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) 52.223-13 Acquisition of EPEAT-Registered Imaging Equipment (Jun 14) (E.O.s 13423 and 13514) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business subcntractors (Dec 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.239-1 Privacy or Security Safeguards (Aug 96) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 91) 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-0007) (Date 12) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 15) 252.229-7015 Taxes--Foreign Contracts in Afghanistan (North Atlantic Treaty Organization Status of Forces Agreement) (Dec 15) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.239-7009 Representation of Use of Clud Computing (Sep 15) 252.239-7010 Cloud Computing Services (Sep 15) 252.239-7018 Supply Chain Risk (Oct 15) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.246-7008 Sources of Electronic Parts (Oct 16) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Approved by the Contracting Officer ___________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252118QB13301/listing.html)
- Place of Performance
- Address: Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN05061766-W 20180831/180829231257-1fb32586c789735225572614edcc9f14 (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 |