CCTV, PA, and Keypad Maintenance
COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title: CCTV Maintenance for 705th CTS - Kirtland AFB Purchase Request Number: F2KTAB9137A102 Solicitation Issue Date: Tuesday, 22 May 2019 Response D... COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title: CCTV Maintenance for 705th CTS - Kirtland AFB Purchase Request Number: F2KTAB9137A102 Solicitation Issue Date: Tuesday, 22 May 2019 Response Deadline: 10 June 2019- no later than 4:00 P.M. Mountain Standard Time Points of Contacts: Contracting Officer: TSgt Kyle Capps ph. (505)263-8005, email kyle.capps@us.af.mil Contract Specialist: Mr. Isaiah Whittaker ph. (505)246-5725, email isaiah.whittaker.6@us.af.mil GENERAL INFORMATION 1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (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 will not be issued. 2. This solicitation is being issued as a: Request for Quote (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) 2019-02TA, dated 06 May 2019. 4. This acquisition is set-aside 100% for Small Business Competition. 5. North American Industry Classification System Code (NAICS) is 561621 - Security System Services. 6. Size standard is $20,500,000.00. All qualified small businesses under this industry are encouraged to submit quotes. REQUIREMENT INFORMATION Description: Provide continued support for Closed Circuit Television/Public Address Maintenance in accordance with the attached Performance Work Statement (Attachment 1). Place of Delivery/Performance/Acceptance/FOB Point: Kirtland Air Force Base / Albuquerque, New Mexico Contract Type/CLIN Structure: FIRM-FIXED PRICE, BASE PERIOD, NON-PERSONAL SERVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform this requirement in accordance with the Performance-based Work Statement (PWS) dated: 12 Feb 19. The contractor shall provide a unit price and amount for each of the following CLINS: Line Item Description Quantity Unit of Measure Unit Price (Monthly) Amount 0001 Closed Circuit Television/Public Address Maintenance IAW Performance Work Statement dated 12 Feb 19 12 Months 0002 Replacement Parts (See attachment 2) 1 Lot 1001 Closed Circuit Television/Public Address Maintenance IAW Performance Work Statement dated 12 Feb 19 12 Months 2001 Closed Circuit Television/Public Address Maintenance IAW Performance Work Statement dated 12 Feb 19 12 Months 3001 Closed Circuit Television/Public Address Maintenance IAW Performance Work Statement dated 12 Feb 19 12 Months 4001 Closed Circuit Television/Public Address Maintenance IAW Performance Work Statement dated 12 Feb 19 12 Months TOTAL: $ INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted via email to the Contracting Officer and Specialist listed above no later than the established deadline. All quotes submitted after the deadline will be considered untimely and ineligible for award. 2. The quote shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. Responses to this solicitation shall strictly adhere to the requirements set forth in the solicitation and the corresponding Performance Work Statement. Submissions that do not adhere to format and content requirements may be considered non-compliant. The Government reserves the right to eliminate any such quotes from consideration for award. The quotes shall not contain any extraneous information such as advertisements, or marketing information. 3. Pricing within proposals must be valid for 30 days. 4. All dollar amounts should be rounded to the nearest dollar - no pennies. 5. Complete the below contractor identification information. Company Name: Point of Contact: Telephone Number: Address: SAM Registered: Yes/No DUNS #: Veteran-Owned: Yes/No Discount Terms: Small Business: Yes/No CAGE #: Woman-Owned: Yes/No Estimated Period of Performance/Delivery: Signature/Date: Printed Name: EVALUATION CRITERIA (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: Factor 1: Price Factor 2: Technical Acceptability (capability to deliver specified equipment within specified delivery timelines and provide maintenance in accordance with the PWS) Price - Price will be evaluated against the locally developed Independent Government Estimate and other means necessary found in FAR 13.106-3(a)(2). Technical Acceptability - the technical evaluation team will evaluate the quote by assigning a rating of "acceptable" or "unacceptable". The Government will evaluate price against the locally developed Independent Government Estimate and other means necessary found in FAR 13.106-3(a)(2). If the quote cannot be determined acceptable by virtue of price or technical acceptability, the requirement will be re-evaluated for reasonableness and re-solicited via "Open Market. CLAUSES AND PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the Offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference: ? 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ? 52.217-8, Option to Extend Services ? 52.217-9, Option to Extend the Term of the Contract ? 52.219-6, Notice of Total Small Business Set-Aside ? 52.219-28, Post Award Small Business Program Re-representation ? 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 ? 52.222-41, Service Contract Labor Standards ? 52.222-50, Combating Trafficking Persons ? 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ? 52.225-13, Restrictions on Certain Foreign Purchases ? 52.232-33, Payment by Electronic Funds Transfer--System for Award Management The following provisions and clauses are hereby included by reference as prescribed: ? 52.232-39, Unenforceability of Unauthorized Obligations ? 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ? 52.253-1 Computer Generated Forms ? 252.203-7000, Requirements Relating to Compensation of Former DoD Officials ? 252.203-7002, Requirement to Inform Employees of Whistleblower Rights ? 252.204-7003, Control of Government Personnel Work Product ? 252.204-7006, Billing Instructions ? 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting ? 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support ? 252.232-7010, Levies on Contract Payments ? 252.243-7001, Pricing of Contract Modifications ? 252.244-7000, Subcontracts for Commercial Items ? 252.247-7025, Reflagging or Repair Work The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at http://farsite.hill.af.mil. The following provisions and clauses are hereby included by full text or by reference as prescribed: ? 52.204-7, System or Award Management ? 52.247-34, F.O.B Destination ? 52.252-2 Clauses Incorporated by Reference ? 52.252-6, Authorized Deviations in Clauses ? 252.232-7006, Wide Area Work Flow Payment Instructions FAR clause 5352.201-9101 Ombudsman 6/1/2016 (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 interested 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 ombudsman: Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command) 841 Fairchild Ave Building 5571, Rm 327 Barksdale AFB, LA 71110 Phone: (318)456-6336 Fax: (318)456-7861 Email: ig.afica_kg.workflow@us.af.mil And the AFICA HQ Ombudsman is: AFICA/KP Director 1940 Allbrook Drive, Building 1 Wright-Patterson AFB OH 45433 Phone: (937)257-5529 Fax: (937)-656-0919 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (end of clause) FAR clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 11/1/2012 (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [Note: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (end of clause) ATTACHMENTS Attachment 1: Performance Work Statement (dated: 12 Feb 19) Attachment 2: Replacement Parts List Attachment 3: Wage Determination
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »