Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2012 FBO #3854
SOLICITATION NOTICE

63 -- IDS System Upgrade - 3 Attachments

Notice Date
6/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3A92111A001
 
Archive Date
7/31/2012
 
Point of Contact
Roger G. Thompson, Phone: (662) 434-7761, Eric Heaton, Phone: 662-434-7799
 
E-Mail Address
roger.thompson@columbus.af.mil, eric.heaton.2@columbus.af.mil
(roger.thompson@columbus.af.mil, eric.heaton.2@columbus.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Statement of Need (SON) Bid Schedule 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; proposals are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Proposal (RFP); solicitation/reference number is F1N3A92111A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industry Classification System (NAICS) code is 561621, and the small business size standard is $12.5 Million. This is an unrestricted acquisition. However, this acquisition is limited to companies who are approved/certified manufacturers and/or integrators. To obtain approval, products must be tested and preapproved by HQ USAF/A7S. Offerors must have been approved prior to the issuance of this solicitation. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to install and maintain Intrusion Detection System (IDS) components and alarm annunciator/display in accordance with the attached Statement of Need (SON), Attachment 2, and the Bid Schedule, Attachment 1. FOB: Destination, delivered, installed and tested at Columbus AFB, MS 39710. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.209-7, Information Regarding Responsibility Matters; 52.212-1, Instructions to Offerors-Commercial Items, with addenda. 52.212-1 Addenda, The offeror will submit the items identified in the evaluation criteria section of 52.212-2. 52.212-2 - Evaluation - Commercial Items: (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. Technical - The technical proposal shall clearly demonstrate the contractor's ability to meet or exceed the requirement specified in the Statement of Need. Specifically, contractors shall provide the following documents as required to: i. Demonstrate an acceptable approach to meet or exceed the requirement as specified in the Statement of Need. ii. Provide documentation that they are an approved IDS certified integrator or certified installer for Advantor, Diebold, or Vindicator systems. iii. Provide an itemized list of IDS equipment to be installed that meets the criteria outlined in this solicitation. iv. Provide an acceptable management approach to execute IDS installation and accreditation. v. Provide an acceptable project schedule, Contractor Verification Testing (CVT) schedule/plan and completion dates. Contractors will be rated Acceptable if the proposal clearly meets the minimum requirements of the solicitation. Contractor will be rated Unacceptable if the proposal does not clearly meet the minimum requirements the solicitation. Failure to provide the required documentation or adequately and clearly demonstrate acceptability of any of the above technical criteria may cause the offeror to be eliminated from award consideration. Past Performance - The Government will evaluate the contractor's performance deemed recent and relevant to the requirements of this solicitation. Provide a list of no more than five (5) of the most recent and relevant contracts performed for U.S. military installations within the last three (3) years. The list will include the contract number, installation and location, current point of contact, current phone number and email and dollar value of each contract. The contractor must submit the past performance questionnaire, Attachment 3, for each contract to the point of contact so the respondent can email the completed questionnaire to the Government contacts identified in this solicitation no later than the solicitation due date. Recent contracts are contracts that have been complete within the last three years as of the date this synopsis/solicitation was issued. Relevant contracts are considered contracts providing the same or similar systems of a relatively substantial value in accordance with the attached Statement of Need. (For example, contracts providing and installing certified IDS systems on United States (US) military installations valued at approximately $300,000.) The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. Contractors will be rated on the past performance criteria as Acceptable or Unacceptable as follows: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will successfully perform the required effort. Contractors with an unacceptable past performance rating may be eliminated from award consideration. Sub Contracting Plan - If the offeror is a large business the offeror will also include a subcontracting plan with their proposal IAW FAR clause 52.219-9, Small Business Subcontracting Plan with Alternate 2. Failure to submit a subcontracting plan, and negotiate (as required by the Contracting Officer) an acceptable subcontracting plan shall make the offeror ineligible for award. Price - Contractors are required to complete the attached Bid Schedule (Attachment 1). The contracting officer anticipates that adequate competition will be obtained from approved sources. Contractors are required to submit their best pricing. If the contracting officer determines additional price information is needed to determine the prices fair and reasonable, the contractor shall provide this information, upon request, to the contracting officer. The price proposed will be evaluated to determine that the price is fair and reasonable using one or more of the techniques in FAR 15.404-1. An award will be made to the responsible offeror whose total evaluated price is determined reasonable and whose Attachment 1 Bid Schedule prices for each CLIN/item are considered balanced. The total evaluated price is the total price of the offeror's proposal to include the option. The Government intends to make an award without holding discussions, and may do so if the contracting officer deems appropriate. The Government shall make an award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (technical and past performance and subcontracting plan (if large business). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (end provision). The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Engineer - GS-13, $41.82, Security and Fire Alarm Installer - WG-10, $20.14, Computer Programmer - GS-12, $35.17. DoL Wage Determination number 2005-2295, Revision 13, dated 13 Jun 2011 applies. 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts. 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; 52.228-5, Insurance -- Work on a Government Installation; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-1, Site Visit; 52.242-15, Stop Work Order. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following clauses applicable as cited within 52.212-5: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-9 Alt 2, Small Business Subcontracting Plan; 52.219-16, Liquidated Damages -- Subcontracting Plan; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-15, Energy Efficiency in Energy-Consuming Products; 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--Central Contractor Registration; 52.239-1, Privacy or Security Safeguards. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.201-7000, Contracting Officer's Representative; 252.211-7003, Item Identification and Valuation; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7010, Levies on Contract Payments; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies and within that clause the following apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.219-7003, Small Business Subcontracting Plan (DoD Contracts); 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Requests for Equitable Adjustment; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply: 5352.201-9101, Ombudsman; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies: offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov ensuring information is accurate and current. A site visit will be conducted on Columbus AFB, MS at each base facility identified in the Statement of Need. The Government anticipates the site visit will take up to two days to complete in order to review each facility. The site visit will start on 25 June 2012 at 830 AM CST and may last through 26 June 2012 at 4:30 PM CST. Contact the Contract Specialist and Contracting Officer no later than close of business 20 June 12 if you intend to attend the site visit. Provide the names of those who will be attending for your company along with their contact information. Ensure the individuals have proper identification to enter the facility. No other site visits will be held. Ensure personnel meet at the Base Visitors Center and are on time. Contact Roger Thompson, Contracting Specialist, telephone (662) 434-7761, fax (662) 434-7753 or e-mail: roger.thompson@columbus.af.mil regarding any questions about this solicitation. The alternate contact is Eric W. Heaton, Acquisition Flight Chief; telephone number is (662) 434-7799 or e-mail: eric.heaton.2@columbus.af.mil. All offers must be submitted by email or fax to the Contracting Specialist no later than 16 Jul 12 by 4:00 p.m. CDT. Oral or fax quotes will not be accepted. Attachments: 1. Bid Schedule, 3 pages 2. Statement of Need (SON), 5 Jun 12, 15 pages 3. Past/Present Performance Questionnaire, 5 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3A92111A001/listing.html)
 
Place of Performance
Address: 14 Security Forces Squadron, Columbus AFB, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02771615-W 20120613/120611234553-aaff6f37c50352e001f03667529827b0 (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 |
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.