SOLICITATION NOTICE
63 -- FERROMAGNETIC DETECTION POLE SYSTEMS
- Notice Date
- 9/23/2020 11:58:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-20-Q-0031
- Response Due
- 9/24/2020 2:00:00 PM
- Archive Date
- 10/09/2020
- Point of Contact
- Jorge Alvarez, Phone: 8439634502, Tricia L. Esannason, Phone: 8439633327
- E-Mail Address
-
jorge.alvarez.8@us.af.mil, tricia.esannason@us.af.mil
(jorge.alvarez.8@us.af.mil, tricia.esannason@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-20-Q-0031 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, Effective 11 September 2020. (iv) This acquisition is 100% small business set-aside. The associated NAICS code is 561621 with a size standard of $22 Million. (v) Contractors shall submit a quote for the installation/training of 5 Ferromagnetic Metal Detector, in accordance with the attached Performance Work Statement (PWS), utilizing the attached RFQ worksheet. After award, these documents will become part of the contract. All responsible sources may submit a quote, which shall be considered. A fixed price contract is contemplated. (vi) Contractor will deliver 5 Ferromagnetic Metal Detector to Joint Base Charleston, South Carolina. (vii) Delivery shall be FOB destination. The RFQ format is attached to this combined synopsis/solicitation and shall be used to provide your delivery schedule. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/content/regulations) FAR 52.212-1, Instructions to Offerors � Commercial. The response will consist of one part: Part I � Price: Contractors shall complete and submit the attached RFQ. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. (End of Provision) 2 FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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. The Government will organize the proposals based on the lowest price and will evaluate the technical approach of the lowest priced offeror first. If the lowest priced offeror is technically acceptable, that offer represents the best value for the Government and the evaluation process ceases at this point. Award shall be made to that offeror without further consideration to any other offers. (End of Provision) (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition�Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (May 2015), applies to this acquisition. (xiii) The following clauses are applicable to this procurement: � FAR 52.203-6, Restrictions on Subcontractor Sales to the Government � FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation � FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements � FAR 52.204-7, System for Award Management � FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards � FAR 52.204-22, Alternative Line Item Proposal � FAR 52.204-23, Prohibition on Contracting for Hardware, software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � FAR 52.209-6, Protecting the governments interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment � FAR 52.209-7, Information Regarding Responsibility Matters � FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters � FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 3 � FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law � FAR 52.211-17, Delivery of Excess Quantities � FAR 52.219-6, Notice of Total Small Business Set-Aside � FAR 52.219-8, Utilization of Small Business Concerns � FAR 52.219-13, Notice of Set-Asides of Orders � FAR 52.219-14, Limitations on Subcontracting � FAR 52.219-28, Post Award Small Business Representation � FAR 52.222-21, Prohibition Of Segregated Facilities � FAR 52.222-26, Equal Opportunity � FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era � FAR 52.222-36, Affirmative Action for Workers With Disabilities � FAR 52.222-37, Employment Reports On Veterans � FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act � FAR 52.222-41, Service Contract Act of 1965 � FAR 52.222-44 Fair Labor Standards Act and Service Contract Act � Price Adjustment � FAR 52.222-50, Combating Trafficking in Persons. � FAR 52.222-55, Minimum Wages under Executive Order 13658 � FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 � FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. � FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR� Program or FEMP will be�(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally�controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. (End of Clause) � FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. � FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. � FAR 52.225-13, Restrictions on Certain Foreign Purchases � FAR 52.228-5, Insurance�Work on a Government Installation � FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration � FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors � FAR 52.233-3, Protest After Award � FAR 52.233-4, Applicable Law for Breach of Contract Claim � FAR 52.245-1, Government Property 4 � FAR 52.252-1, Solicitation Provisions Incorporated by Reference � FAR 52.253-1, Computer Generated Forms � DFARS 252.201-7000, Contracting Officer�s Representative � DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials � DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights � DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials � DFARS 252.204-7003, Control of Government Personnel Work Product � DFARS 252.204-7005, Oral Attestation of Security Responsibilities � DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). � DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls � DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information � DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support � DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders � DFARS 252.208-7000, Intent to Furnish Precious Metals as Government-Furnished Material � DFARS 252.209-7004, Subcontracting with firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism � DFARS 252.211-7007, Reporting of Government-Furnished Property � DFARS 252.215-7008, Only One Offer � DFARS 252-215-7013, Supplies and Services Provided by Nontraditional Defense Contractors � DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate � DFARS 252.225-7001, BAA - Balance of Payments Program � DFARS 252.225-7002, Qualifying Country Sources as Subcontractors � DFRAS 252.225-7012, Preference for Certain Domestic Commodities � DFARS 252.225-7031, Second Arab Boycott of Israel � DFARS 252.225-7048, Export-Controlled Items � DFARS 252.225-7050, Disclosure of Ownership or Control by Government of a Country that is a State Sponsor of Terrorism � DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns � DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using 5 WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) � DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions � DFARS 252.232-7010, Levies on Contract Payments � DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel � DFARS 252.237-7012, Instruction to Offerors (Count of Articles) � DFARS 252.237-7016, Delivery Tickets � DFARS 252.237-7018, Special Definitions of Government Property � DFARS 252.243-7001, Pricing of Contract Modifications � DFARS 252.244-7000, Subcontracts for Commercial Items � DFARS 252.246-7000, Material Inspection And Receiving Report � DFARS 252.247-7022, Representation of Extent of Transportation by Sea � DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law�Fiscal Year 2016 Appropriations. � 5352.201-9101 OMBUDSMAN (July 2017) (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 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 ombudsmen, Ms. Susan Madison, AFICA K AMC, 510 POW/MIA Drive, Scott AFB, IL 62225, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air 6 Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330, phone number (571) 256-2395, facsimile number (571) 256-2431. (d)The ombudsman has no authority to render a decision that binds theagency. (e)Do not contact the ombudsman to request copies of the solicitation,verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer.AFFARS 5352.223-9001,Health and Safety on Government Installations �AFFARS 5352.242-9000, Contractor Access to Air Force Installations(xiv)Defense Priorities and Allocations System (DPAS): N/A(xv)Response to this combined synopsis/solicitation must be received via email, by 25�September 2020 no later than 1:00 PM Eastern Daylight Time. Requests should be marked with solicitation number FA4418-20-Q-0031.(xvi)Address questions to Brandon Costa, Contract Specialist, at (843) 963-5155, email brandon.costa@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov Attachments: 1)Request for Quote 2)Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/76ed55f67950455da3fa8d7917ef1704/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN05808865-F 20200925/200923230219 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |