Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOLICITATION NOTICE

67 -- Safety and Data Camera Systems (MRET)

Notice Date
5/25/2021 1:54:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930021Q6008
 
Response Due
6/2/2021 12:00:00 PM
 
Archive Date
06/17/2021
 
Point of Contact
1st Lt Shaun Wheldon, Phone: 6612777509, Monika Masei, Phone: 6612777708
 
E-Mail Address
shaun.wheldon@us.af.mil, monika.masei@us.af.mil
(shaun.wheldon@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Ref: FA930021Q6008 Safety and Data Camera Systems (MRET), AFRL/RQRS 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 for this requirement, a written solicitation will not be issued. Under this solicitation, a Request for Quotation (RFQ) is hereby issued and is identified under solicitation number FA9301-21-Q-6008. This solicitation uses simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) quote in response to this RFQ. The solicitation and incorporated provisions and clauses are those in effect through. Defense Acquisition Regulation Supplement (DFARS) DPN 20210224 effective 24 February 2021 and Air Force Acquisition Circular (AFAC) 2019-1001 effective 1 October 2019. The Government intends to award a contract resulting from this solicitation to the company who submits the offer deemed the best value to the Government. This acquisition is a 100 percent Small Business Set-Aside. The associated NAICS code is 334220�Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing. The corresponding small business size standard is 1,250 Employees, and the PSC code is 6710. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking sources who are capable of providing the MRET Camera Equipment and Surveillance Systems. The specific requirements are as follows: This requirement is a SONY brand name request for the following components: Four (4) PTZ cameras fully compatible with Sony RM-IP10. (Cameras needed to extend existing system�s coverage.) These must include any additional card/components or firmware versions needed to interface with RM-IP10. The following requirements must also be met � Three (3) cameras with a resolution of 1080p capable of 60 fps video o 8.3 MP or greater sensor o Lens range�minimum of 5mm or less and maximum of 88mm or greater o Auto exposure control available o Viewing angle 60 degrees are greater o Pan angle availability of 340 degrees or greater o Tilt angle of 120 degrees or greater o DC powered o Sony SRG-x400 part number meets this need � One (1) cameras with a resolution of 4k capable of 30 fps video o 8.3 MP or greater sensor o Lens range�minimum of 5mm or less and maximum of 88mm or greater o Auto exposure control available o Viewing angle 60 degrees are greater o Pan angle availability of 340 degrees or greater o Tilt angle of 120 degrees or greater o DC powered o Sony BRC-X400 part number meets this need The additional components listed below are not part of the SONY brand name requirement: A system to control and display system and area video to include remote pan, tilt, and zoom control and the ability to select displayed cameras and tiling across multiple monitors (i.e., a controller or controllers which can access up to 25 cameras enabling PZT and selection of which/how to display them; must be able to select from all 25 for same display). Fourteen (14) cameras are needed as part of this system. � System cannot be wireless and any wifi capabilities must be able to be disabled � Remote pan, tilt, and zoom control o Pan of 340 degrees or greater o Tilt of 100 degrees or greater o Zoom and resolution sufficient to read 4� pressure gauge from 20 to 40 feet (resolve position of 1/8� wide pointer) � Video at 15 fps or greater � Select between displayed views and tile � Rated for outdoor service (water resistant, operating temperatures to 0-120F) � Expandable to additional cameras, up to 25 (although this may be accomplished by additional controllers not included in this purchase as long as such a solution would interface with existing system and not limit video selection/tiling capabilities based on controller) DESCRIPTION� � �QUANTITY� � � � � � � � �UNIT PRICE� � �EXTENDED PRICE CLIN 0001� � � � � � 1 PTZ Camera ea. � � � � � � � � � � � � � � �Controller CLIN 0002 � � � � � � � � � � � � � � �3 PTZ Camera�s � � � � � � � � � � � � � � �ea. CLIN 0003 � � � � � � � � � � � � � � 1 PTZ Camera � � � � � � � � � � � � � � ea. CLIN 0004 � � � � � � � � � � � � � Control System � � � � � � � � � � � � � �ea. CLIN 0005 � � � � � � � � � � � � � 14 Control System � � � � � � � � � � � � ��Cameras ea. Grand Total: Award will be made to lowest price, technically acceptable offer. All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. In addition, Online FAR and DFARS Representations and Certifications must be completed. All contractors must also sign and return FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (OCT 2020) to the contracting specialist with submission of proposal. Quotes submitted in response to this solicitation must be submitted via email, by Wednesday, 2 June 2021, at 12:00 pm, Pacific Time to Shaun Wheldon at shaun.wheldon@us.af.mil. Late Offerors: Offerors are hereby reminded that an e-mail transmission of the quote/offer will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the time specified, MAY NOT be considered (IAW FAR 52.212-1(f)). Clauses and Provisions: This solicitation incorporates one or more provisions and 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 IAW FAR 52.107(b). The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with the quotation or offer. In lieu of submitting the full text of those provisions/clauses, the offeror may identify the provision by paragraph and provide the appropriate information with the quotation. See attached list of Provisions and Clauses. The provision at 52.212.1, Instruction to Offerors � Commercial, applies to this acquisition. Addenda to 52.212-1 Proposal Preparation Instructions ***In addition to below requirements, each quote shall include the offeror�s name, address, POC, Cage Code, DUNS, and Tax ID Number (TIN). The provision at 52.212-2 , Instruction to Offerors � Commercial, applies to this acquisition. Addenda to 52.212-2 (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: 1. Price; and 2. Technical (b) Price Evaluation. Total evaluated price will consist of camera components/systems outlined above. (CLIN 0001-0005). Price must be determined fair and reasonable. (c) Technical Evaluation. Technical Capabilities Statements will be evaluated on a Pass/Fail basis, assigning a rating of �Acceptable/Unacceptable�. An offeror must demonstrate they can meet all areas of the requirement in order to receive an �Acceptable� rating and to be eligible for award. An �Unacceptable� rating will be assigned if the offeror does not provide all of the requirement in its entirety or cannot provide installation of the system/equipment. (d) If the lowest priced evaluated offer is judged to be Technically �Acceptable� and the offeror is determined to be responsible, that offer is deemed the most advantageous to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (e) If the lowest priced offeror is not judged to be Technically �Acceptable�, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be Technically �Acceptable� or until all offerors are evaluated. (f). The government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (End of provision) 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. Interested offerors can access the full text of a solicitation provisions and clauses by internet URL: http://acquisition.gov CONTRACTORS MUST COMPLY WITH THE FOLLOWING CLAUSES: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services Representation. 52.207-4 Economic Purchase Quantity�Supplies 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors�Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 Offeror Representations and Certifications�Commercial Items 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies Ref: FA930021Q6008 Safety and Data Camera Systems (MRET), AFRL/RQRS Page 6 of 6 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-2 Buy American Certificate 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes�Fixed Price 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. As prescribed in 203.171-4(b), insert the following provision: 252.204-7003 Control of Government Personnel Work Product. 252.204-7006 Billing Instructions. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation. 252.211-7003 Item Unique Identification and Valuation. 252.215-7007 Notice of Intent to Resolicit. 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 252.225-7048 Export-Controlled Items. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration. 252.247-7023 Transportation of Supplies by Sea. 5352.201-9101 AFTC Edwards Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d11749112cf48eb96676fb076f2929d/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06012634-F 20210527/210525230104 (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 |
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.