MODIFICATION
58 -- IP Camera System & Installation - Amendment 1
- Notice Date
- 9/23/2019
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-19-Q-0506
- Archive Date
- 10/9/2019
- Point of Contact
- Ashley Ellinger, Phone: 315-330-4496
- E-Mail Address
-
Ashley.Ellinger@us.af.mil
(Ashley.Ellinger@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions & Answers **Amendment No. 1 dated 23 September 2019 hereby adds a Questions & Answers document** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-19-Q-0506 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190809. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 334220 and small business size standard 1,250 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: -The contractor shall provide and install (thirty one) 31 new fixed digital IP cameras to replace existing cameras in 30 locations. NOTE: Camera brand supplied must be in accordance with Memorandum entitled "Prohibition on the Use or Procurement of Certain Telecommunications and Video Surveillance Services or Equipment" dated 24 October 2018. Specifications: 31 Fixed digital IP cameras with the minimum specifications : -4MP -2.8 ~ 12mm (4.3x) motorized varifocal lens -Max 20 fps @ 4m, Max 30 fps @ 2m all resolutions -H.265, H.264, MJPEG codec supported, multiple streaming -Day & Night (IGR), WDR (120 dB) -Motion detection, Tampering, Defocus detection -IR viewable length 30m, IP66, IK10 -Hallway view support -LDC Support -Must not be a brand listed on memo stated above *Note - one of the cameras is to be used as a spare; only 30 shall be installed 1 Network Video Recorder with the minimum specifications : -Supports up to 32 channels @ 12 MP each -Support H.265/H.264/MJPEG -Max 8 Hot-Swap HDDs (RAIDs) -HDMI/VGA local dual monitor -HDMI up to UHD (4K) resolution -isCI Storage supported -ONVIF camera compliant 4 Internal Hard drives with the minimum specifications : -12TB -7200 RPM -256 MB 12 Gb/S SAS -3.5" Replacement cameras shall utilize existing coaxial and fiber optic infrastructure. Offer must include all labor, tools, technical data, parts and materials (i.e. cables, fasteners, anchors, connectors, etc.) necessary as well as the means for installation (i.e. ladder, lift, etc). Note the ceiling material of the facility is mixed with open beam and drop ranging from 8' to 30', the facility is approximately 75,000Sq/ft. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 60 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 24-SEP-2019. Submit to: AFRL/RIKO, Attn: Ashley Ellinger, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Ashley.Ellinger@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price All evaluation factors other when combined are approximately equal. Offerors are required to complete representations and certifications found in the provisions at: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.239-7009, Representation of Use of Cloud Computing DFARS 252.225-7020, Trade Agreements Certificate - Basic For your convenience all referenced certifications are attached to this solicitation. Attachment No. 1 The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3, Privacy Training 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-22, Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: ‘N/A' Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: ‘N/A' Para (c)(1)(iii). Attachment Nr.: ‘N/A' Para. (c)(1)(iv). Attachment Nr.: ‘N/A' Para. (f)(2)(iii). ‘N/A' 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7010, Cloud Computing Services 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 5352.223-9001, Health and Safety on Government Installations Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-19-Q-0506/listing.html)
- Record
- SN05455111-W 20190925/190923231009-2cad0cad4ca471925725a7baded9a408 (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 |