SOLICITATION NOTICE
59 -- Brandywine Camera Replacement
- Notice Date
- 9/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, CONS inactivated, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
- ZIP Code
- 20032
- Solicitation Number
- F1D3081201AC01
- Archive Date
- 10/7/2011
- Point of Contact
- Kellen J. Curry, Phone: 202-404-7962
- E-Mail Address
-
kellen.curry@afncr.af.mil
(kellen.curry@afncr.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is F1D3081201AC01. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Defense Acquisition Circular (DAC) DPN20110819, and Air Force Acquisition Circular (AFAC) 2011-0714. This requirement is set aside 100% for small business. The North American Industry Classification System code is 334310, with a business size standard of 750 employees. CONTRACT LINE ITEM NUMBERS (CLIN): CLIN 0001: CCTV, Model# VG4-524 5001 Series, Pan-Tilt and 36X Zoom, D/N NTSC Format, ENVIRO/WALL (to be used outside or inside), 24 Volts AC, ANALOG CLEAR BUBBLE; tiny_mce_marker_______________. CLIN 0002: Model#: VG4-523-ESCOw, 5001 Series, Pan-Tilt and 26X Zoom, D/N NTSC Format, ENVIRO/WALL (to be used outside or inside), 24 Volts AC, ANALOG CLEAR BUBBLE; tiny_mce_marker_______________. CLIN 0003: CCTV, Model# LTC 8780 (Model Nomenclature: Bi-Phase Code Distribution Unit), 120 Volts AC, 60 Hz; tiny_mce_marker_______________. CLIN 0004: PELCO FIBER TRANSMISSION (fiber to coax cable converter and vice versa) or equal; tiny_mce_marker_______________. CLIN 0005: TESTING & PROGRAMMING; tiny_mce_marker_______________. CLIN 0006: LABOR (Installation, Travel, Truck & Lift Rental Fees, Insurance, Delivery); tiny_mce_marker_______________. Total Amount (All CLINS) tiny_mce_marker__________________. The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to install security cameras. Only written responses will be considered. Required delivery is located at Brandywine Gate, One Air Force Rd, Brandywine, MD 20613. FOB is Destination and the resulting contract will be a firm fixed priced purchase order. Basis for award is Lowest Price Technically Acceptable (LPTA). Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and all any other terms and conditions stated herein. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Apr 2011) or be registered with ORCA at http://orca.bpn.gov/, DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Dec 2009) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following FAR clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order: 52.212-1, Instruction to Offerors - Commercial Items (Jun 2008), applies to this acquisition; 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Apr 2011) (DEVIATION). The following FAR clauses also apply to this combined synopsis/solicitation: 52.203-3 Gratuities (Apr 1984); 52.204-7 Central Contractor Registration (Apr 2008); 52.219-6, Notice of Total Small Business Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1998); 52. 223-5 Pollution Prevention and Right-to-Know (Aug 2003); 52-223-6, Drug-Free Workplace (May 2001); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984); 52.247-34, F.O.B. Destination (Nov 1991); 52.253-1 Computer Generated Forms (Jan 1991); 52.252-6, Authorized Deviations in Clauses (Apr 1984). The following Site Visit FAR Clause is incorporated in full text: 52.237-1 SITE VISIT (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of clause) SITE VISIT A site visit will be conducted prior to receipt of offers so that all perspective contractors may view and inspect the work site. The site visit will give all attendees the opportunity to inspect the work area and ask questions. In order to attend the site visit contractors shall arrive at the Brandywine Gate located at One Air Force Rd, Brandywine, MD 20613 no later than 10:00 A.M., Eastern Standard Time (EST) on 14 Sept 2011. Park as needed. All attendees shall assemble outside the Brandywine gate and wait to be escorted inside the facility. Due to base security requirements, failure to make reservations and provide the necessary information for base entry by 4:30 P.M., EST on 12 Sept 2010 will prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. Date: 14 Sept 11 Time: 10:00 A.M. EST Location: Brandywine Gate, One Air Force Rd, Brandywine, MD 20613 Interested offerors must contact the contract specialist, Kellen J. Curry no later than by 12 Sept 2011, 12:00 P.M., EST via telephone at (240) 612-5669, or email at kellen.curry@afncr.af.mil to confirm appointment. Directions to the facility are provided below. Offerors are to provide Company name, each representative's full name, and be prepare to present proper identification, proof of employment of said company, last four digits or Social Security Numbers and Date of Birth. Additionally, when requesting access to drive on the base facilities all offerors shall be in possession of valid driver's license, registration, inspection and insurance. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND INSPECTION PARTIES HAVE DEPARTED THE SITE. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT DATE. The following DFARS clause applies to this combined synopsis/solicitation: 252.204-7004 Alternate A Central Contractor Registration (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2011) and the following DFARS clauses under paragraph (b) and (c): 252.225-7001, Buy American Act and Balance of Payments Programs (Jan 2009); 252.232-7003, Electronic Submission of Payment Request (Mar 2008); 252.247-7023, Transportation of Supplies by Sea, Alternate III (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). The following DFARS clauses apply to this combined synopsis/solicitation: 252.232-7010 Levies on Contract Payments (Dec 2006); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7001 Pricing of Contract Modifications. (Dec 1991); 252.246-7000 Material Inspection and Receiving Report (Mar 2008). In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than 22 Sep 2011, 12:00 P.M., EST and must be able to respond to the information contained herein. Offers may be mailed to 11th Contracting Squadron, 1500 West Perimeter Drive, Suite 2780, Joint Base Andrews, MD, 20762, ATTN: 1Lt Kellen Curry, fax number (240) 612-5669, and/or email to kellen.curry@afncr.af.mil, with a courtesy copy to Rhonda Coles at rhonda.coles@afncr.af.mil. Quotations/proposals should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than 16 Sep 2011, 12:00 P.M., EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/F1D3081201AC01/listing.html)
- Record
- SN02565236-W 20110909/110907235329-7bd9b41831f8b69761ac151046cf849a (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 |