MODIFICATION
63 -- Temperature Detection and Alert System - Questions & Answers v2
- Notice Date
- 8/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0188(sol1)
- Archive Date
- 9/6/2012
- Point of Contact
- Matthew J. Strange, Phone: 9372570997
- E-Mail Address
-
matthew.strange@wpafb.af.mil
(matthew.strange@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Updated questions & answers document AMENDMENT 2 This solicitation has been amended to included an updated version of the Questions and Answers document. Additionally, Specific Technical Requirement item 6 has been updated to include the following: "The Government will provide PCs." AMENDMENT 1 This solicitation has been amended to include Questions and Answers DUE DATE The Due Date has been extended until 22 August COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for a Temperature Detection and Alert System to monitor refrigerator, freezer, and incubator temperatures, was prepared in accordance with the format in Federal Acquisition Requirements (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 will not be issued. The solicitation number for this requirement is FA8601-12-T-0188 using FAR Part 13 Simplified Acquisition Procedures, as a total small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 May 2012. This solicitation document is a 100% Small Business Set Aside under North American Industry Classification System Code 334512. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: Quantity of One (1) Temperature Detection and Alert System Interested Vendors must meet these minimum requirements for the Temperature Detection and Alert System Monitoring: General Requirement: a scientific automated environmental monitoring system to monitor refrigerator, freezer, and incubator temperatures and have the ability to notify when temperatures deviate from the allowed temperature range. USAFSAM/FHT anticipates two separate monitoring systems: one system for assets located on First Floor lab(s), building 840 and a second system for assets located on Third Floor labs, building 840. Both systems will utilize the existing analog phone system. The Contractor will provide to USAFSAM/FHT monitoring/notification system for the freezers and refrigerators listed below: (-80°C Freezers) Manufacturer Model# Serial# Location Thermo ULT3286-951-D39 S22R-230932-TR W119B Thermo ULT2586-10-A46 0128677201091012 W119B Thermo ULT2586-10-A42 0126963701090112 W121 Thermo ULT2586-10HD-A41 0129320101100917 W311A Thermo ULT1740-3-A40 0129359301100929 W311A Revco ULT1786-9-D37 Z070-274668-Z0 W311B Thermo ULT1786-10-D49 0129346101100924 W311H Thermo ULT2586-10HD-A41 0129325201100917 W311H Thermo ULT2586-10HD-A41 0129312201100914 W311H Sanyo MDF-U73VC 08121058 W311H (-20°C Freezers) Manufacturer Model# Serial# Location Kendro U2020GA14 S140-607484-50 W119B Fisher 13-986-428FA 1522081211840 W311C (5°C Refrigerators) Manufacturer Model# Serial# Location Frigidaire FRU17B2JW9 WA72000093 W119 Fisher 13-986-145GA 0119601901100928 W311H Specific Technical Requirements: 1. Must allow wireless internal communication 2. Must allow for temperature parameter 3. Must have capability to handle centralized call and text alarm notification system with 24 hours/ 7 days a week personnel. Through an analog phone system 4. Must be a fully secured system, minimum risk for outside interference with control, temperature setting and notification system 5. Must be easily expandable to allow for mission growth 6. Must be able to provide instant data access from a standalone (not connected to an internal network) computer system. The Government will provide PCs. 7. Must have capability to provide automated data collection 8. Must use 802.11 G and 900 MHz, as this is the same as another system currently working in the building. Other Requirements: 1. Vendor must offer complete installation to include but not limited to: a. System Validation b. Sensor Calibration c. Trouble Shooting (if necessary) 2. Must provide onsite thorough training for system operation, system trouble shooting for minor issues and refresher training if necessary. a. Initial training is anticipated to be no more than 8 hours b. Vendor must provide training material and system operation manuals to USAFSAM/FHT Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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 Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7999, Delinquent Taxes Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [Fill in portion of this provision is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions All Quotations and responses must be received no later than 2:00 PM, Eastern Standard Time on 22 Aug 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Matthew.Strange@wpafb.afmil via a PDF compatible attachment Any questions should be directed to Matthew Strange at Matthew.Strange@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0188(sol1)/listing.html)
- Place of Performance
- Address: Bldg 840 Area B, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02843744-W 20120818/120817001548-d33d8059e9b85e7f7050aec8c8c46173 (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 |