Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SOLICITATION NOTICE

58 -- PAFB Chapel Audio Upgrade - Statement of Work - 18QB158 RFQ - As Builts

Notice Date
9/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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
FA252118QB158
 
Archive Date
10/8/2018
 
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
Total Small Business
 
Description
bldg. 2 Bldg 1 Solicitation SOW Combined Synopsis/Solicitation This is a combined synopsis/solicitation for 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-B158 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 100% total small business set aside. The North American Industry Classification System (NAICS) code for this project is 334310 with a size standard of 750 Employees. Brief Description: To replace the existing sound system installed two locations, in Bldg. 3659 and Bldg. 439 Base Chapel, Patrick Air Force Base (PAFB), Florida. Salient Characteristics: See attached Statement of Work Brand Name or Equal: The equipment identified on the SOW shall either be manufacturer specific or equivalent to the specifications identified in the SOW. Item Description Qty Unit Total Price 0001 Sound System & Installation Bldg. 439 1 Ea. $ 0002 Sound System & Installation Bldg. 3659 1 Ea. $ PLEASE INCLUDE A COST BREAKDOWN IN YOUR QUOTATIONS. Installation addresses: 357 Titan Dr. Bldg. 439 Patrick AFB, FL 32925 -AND- 84 Harrier Avenue, Bldg. 3659 Satellite Beach, FL 32927 FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." (b) to assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions and representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Responses may be submitted electronically to the following e-mail address: Tiffany Thornton, at tiffany.thornton.3@us.af.mil RFQ due date: 23 Sep 2018 RFQ due time: 12:00 P.M. EST THIS MUST BE SENT TO TIFFANY THORNTON AS STATED ABOVE. 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. Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *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 GSA Number/Expiration Any contractor that does not have access to the base will need to arrive 30 minutes earlier through the East Gate at the Visitor Bldg. Please have proper state issued license for each person, vehicle registration, vehicle insurance card and proper company identification. It is the responsibility of each contractor to provide the necessary documentation to gain access to the base. Access will not be granted for those who fail to bring all necessary and appropriate documentation. 52.225-18, Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- (b) "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. 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 ;(see attached Statement of Work) (ii) price Technical and past performance, when combined, are equal when combined, when compared to 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) 52.209-11 must be certified in an active SAM registration at time the quote is submitted. The following certification must be completed by the offeror if changes are not updated in SAM. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (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) 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 Representation (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 subcontractors (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 Cloud 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/FA252118QB158/listing.html)
 
Place of Performance
Address: 357 Titan Dr. Bldg 439, Patrick AFB FL, 32925, 84 Harrier Avenue, Bldg. 3659, Satellite Beach, FL 32927, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN05093246-W 20180919/180917231547-f314076299c4c864b33e77bf019ed833 (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.