Surveillance System
The purpose of this amendment is to add: -Attachment 7 - Questions and Answers GENERAL STATMENT: This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, M... The purpose of this amendment is to add: -Attachment 7 - Questions and Answers GENERAL STATMENT: This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: FA483019Q0021 [X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02TA Effective 6 May 2019. NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type N/A NAICS Size Standard 334220 LISTING/DESCRIPTION OF ITEMS: CLIN # DESCRIPTION QTY UNIT 0001 Replace or upgrade the existing video surveillance system installed in the dormitory buildings 322, 323, 324, 326, 545, 546, 547, 548, 549, 550, 551, 553, 570, 572, 573, and 577 (See attachments) 1 Lot DELIVERY INFORMATION: FOB: [X] Destination [ ] Origin Place of Delivery: 23 CES, Moody AFB, GA 31699-1794 Requested Date of Delivery: 30 Days after Award INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition. Addenda: N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: Lowest Price Technically Acceptable (1) Price (2) Technical Acceptability (a) In order for this quote to be considered "Technically Acceptable" it must meet: Statement of Objective The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it's determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with your quote. - If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. - If offeror has not completed annual representations and certifications in SAM then paragraphs (c-u) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. Addenda: N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management ADDIDTIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid for. Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference - http://farsite.hill.af.mil Clause FAR 52.252-2 Clauses Incorporated by Reference - http://farsite.hill.af.mil Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A Provision DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Provision DFARS 252.204-7011 Alternative Line Item Structure Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.211-7003 Item Unique Identification and Valuation Clause DFARS 252.211-7007 Reporting of Government-Furnished Property ***(If GFP is included in the contract and 52.245-1 is included)*** Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) - Lt Col Aaron D. Judge OL KC AFICA 129 Thompson St., Bldg 586, Rm 129 Langley AFB, VA 23665-2769 Phone Number: 757-764-5372, Fax: 757-764-4400 E-mail: aaron.judge@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SITE VISIT: A site visit will be held on Thursday 27 June 2019 @ 1 pm EST. Please arrive at the 23d Contracting Squadron (B932) by 1245 pm EST, we will depart from 23 CONS to the dorms (B547). Please complete the attached Base Pass Request to gain access to Moody AFB no later than Monday 24 June 2019 @ 1 pm EST. QUESTIONS AND ANSWERS: Questions in regards to the site visit must be submitted via email by: Friday 28 June 2019 @ 1300 Answers to questions will be posted to FBO by Tuesday 16 July 2019. SOLICITATION CLOSING INFORMATION: Quotes are due by: 22 Jul 2019 @ 4 pm EST. Quotes must be received by the closing date stated above. Submit quotes by email or mail. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes are: Samuel D. Garfunkel Contracting Officer samuel.garfunkel@us.af.mil And Samantha M. Durlauf Contracting Officer samantha.durlauf@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »