MODIFICATION
63 -- F2KERM8254A001, Security Badging & Camera Systems Installation - RFQ
- Notice Date
- 9/14/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Direct Reporting Units, AFOTEC/A7K, 1251 Wyoming Blvd. SE, Kirtland AFB, New Mexico, 87117, United States
- ZIP Code
- 87117
- Solicitation Number
- F2KERM8254A001
- Archive Date
- 10/9/2018
- Point of Contact
- Nicholas C. Vincent, Phone: 505-853-0939, Len J. Wisneski, Phone: 505-846-4043
- E-Mail Address
-
nicholas.vincent.1@us.af.mil, Len.Wisneski@us.af.mil
(nicholas.vincent.1@us.af.mil, Len.Wisneski@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation notice for commercial products/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation/Request for Quote: F2KERM8254A001, Security Badging & Camera Systems Installation - HQ AFOTEC (Kirtland AFB, NM), incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-100, dated 22 August 2018. This requirement is set-aside 100% for Small Business. North American Industry Classification System Code (NAICS) is 561621: Security Alarm Systems, FSC: 6350, with a size standard of: $20.5M average annual gross revenues for the past three years. All qualified small businesses under this industry are encouraged to submit quotes. DESCRIPTION OF REQUIREMENT: NOTE: Please provide a quote for the item(s) listed below: The Government intends to award one (1) Firm-Fixed Price contract resulting from this solicitation for the projects as outlined below: For the Automated Access Control System (AACS) and Closed Circuit Television System (CCTV) (i.e. Badging & Camera Systems) projects, the Government requires pricing for the following: CLIN # Description CLIN 0001, Description: AACS System and Installation Services, Building 20129 and Building 20130, as outlined in the attached SOW (includes networking between buildings), QTY: 1 Lot, PRICE: $ CLIN 0002, Description: CCTV System and Installation Services, Building 20130, as outlined in the attached SOW (includes networking between buildings), QTY: 1 Lot, PRICE: $ Sub Total of CLIN 0001 and CLIN 0002: $ CLIN 0003 (OPTIONAL), Description: Provide and Install Four (4) Stairwell Cameras, QTY: 1 Lot, PRICE: $ Grand Total of CLINs 0001, 0002, and 0003: $ *Sub Total and Grand Total Amounts will be considered and evaluated separately for contract award. The Government reserves the right to make contract award either including or excluding CLIN 0003 (OPTIONAL), Provide and Install Four (4) Stairwell Cameras.* Offerors shall also include a detailed breakdown of all proposed materials, parts and labor to be utilized in fulfilment of the requirement along with catalog/data sheets for all major system components for review by the Government. Quotes must be valid for a minimum of 60 calendar days. UNIT OF ISSUE: Lot PERIOD OF PERFORMANCE: 60-90 Days ARO FOB: Destination (HQ AFOTEC, Kirtland AFB, NM) INSPECTION AND ACCEPTANCE: Destination (HQ AFOTEC, Kirtland AFB, NM) ATTACHMENTS: 1. F2KERM8254A001, Security Badging & Camera Systems Installation - SOW 2. Davis Bacon WD, GDN; NM180040 09-07-2018, NM40 3. Service Contract Act WD, WDN; 2015-5443, Rev 6, 08-02-2018 4. KAFB Short Term Visitor Pass PRE-NOTIFICATION Form, June 2018 SITE VISIT: Prospective offerors are not required, but HIGHLY encouraged to participate in the Site Visit scheduled for 2:00 PM MST on Wednesday, 19 September 2018, located in Building 20130 - HQ AFOTEC, Kirtland AFB, NM. In order to obtain a visitor badge, EACH planned participants MUST register for the site visit and return a completed KAFB Short Term Visitor Pass PRE-NOTIFICATION Form, June 2018 (Attachment 4) must be submitted in writing to the Contracting Officer, TSgt Nicholas C. Vincent, Email: nicholas.vincent.1@us.af.mil and to the Contract Specialist, Mr. Len J. Wisneski, Email: len.wisneski@us.af.mil No Later Than 12:00 PM (Noon) MST on Tuesday, 18 September 2018 to allow sufficient time for processing. Visitors will be required to report to the Truman Gate to pick up their badge (allow at least one hour processing time) and plan to meet at HQ AFOTEC, 1251 Wyoming Blvd SE, Kirtland AFB NM for the site visit which will begin promptly at 2:00 PM MST on 19 September 2018. QUESTIONS: (if any) must be submitted in writing to the Contracting Officer, TSgt Nicholas C. Vincent, Email: nicholas.vincent.1@us.af.mil and to the Contract Specialist, Mr. Len J. Wisneski, Email: len.wisneski@us.af.mil No Later Than 4:00 PM MST, 20 September 2018. OFFER DUE TIME AND DATE: 4:00 PM MST, 24 September 2018 LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers/quotes and questions pertaining to this solicitation shall be sent by mail or email to the address below: CONTRACTING OFFICER: TSgt Nicholas C. Vincent nicholas.vincent.1@us.af.mil Commercial: 505-853-0939 CONTRACT SPECIALIST: Mr. Len Wisneski Commercial: 505-846-4043 len.wisneski@us.af.mil RFQ Issued by: HQ AFOTEC/A-7K, Contracting Division 1251 Wyoming Blvd SE, Bldg 20130 Kirtland AFB, New Mexico 87117 REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable (LPTA). Technically acceptability is determined by conformance with each CLIN specified and no negative information reported in SAM. FAR 52.212-2 Evaluation Commercial Items, Technical Acceptability, technical evaluation team will evaluate by assigning a rating of "acceptable" or "unacceptable" for each project (AACS or CCTV). The Government will evaluate a minimum of three (3) lowest priced offers/proposal for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced offers/proposal until one offer/proposal is technically acceptable, or until all offers/proposal have been evaluated. Only those offers/proposal considered technically acceptable will receive further consideration for award. Once an offer/proposal is deemed acceptable, all technical offers/proposal are considered equal. All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. CLAUSES INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-- Representation JAN 2017 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-10 Waste Reduction Program MAY 2011 52.223-19 Compliance with Environmental Management Systems MAY 2011 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-39 Unenforceability of JUN 2013 Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 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 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of JUN 2012 Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 52.209-11 52.212-3 52.212-5 Transportation of Supplies by Sea Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convition Under any Federal Law Offeror Representation and Certifications-Commercial Items Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items APR 2014 FEB 2016 NOV 2017 JAN 2018 CLAUSES INCORPORATED BY FULL TEXT 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that - (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- (b) Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice/Receiving Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer. Inspection Location: Destination Acceptance Location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* (will be filled out at time of award) -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (will be filled out at time of award) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9001 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Scott Groth, 1251 Wyoming Blvd SE, Kirtland AFB, NM 87117, Scott.Groth@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) 5352.223-9001 Health and Safety on Government Installations As prescribed in 5323.9001, insert the following clause in solicitations and contracts: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/AFOTECRMC/F2KERM8254A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, NM, HQ AFOTEC, 1251 Wyoming Blvd SE, Kirtland AFB NM, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN05089448-W 20180916/180914230651-00a615592fa6cf927b0ba9554c7abca7 (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 |