Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

63 -- Classified Vault Alarm System

Notice Date
8/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-13-Q-0037
 
Archive Date
10/1/2013
 
Point of Contact
Justin A. Carroll, Phone: 3184564843, Brandon J Boudreau, Phone: 3184566834
 
E-Mail Address
justin.carroll.4@us.af.mil, brandon.boudreau@us.af.mil
(justin.carroll.4@us.af.mil, brandon.boudreau@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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, FA4608-13-Q-0037, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-69 effective 1 Aug 2013). This procurement is a small business set-aside competition. The NAICS code is 334290 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A Required System for Award Management).The following commercial items is requested in this solicitation. The items being procured are: 0001: 12V, 18AH Battery ORCI# 21-05021-018 (1 EA) or Equal 0002: V5-Network Security Appliance ORCI# 60-01201-000 (1 EA) or Equal 0003: V5-Access Control Server, TDEA F/W Option ORCI# 60-01202-000 (1 EA) or Equal 0004: SIM-Sensor Input Module, 8 Ports, V5 ORCI# 60-01207-000 (3 EA) or Equal 0005: PCM-Portal Control Module, V5 ORCI# 60-01209-000 (1 EA) or Equal 0006: Custom IDS Enclosure: Lockable Enclosure, backplate, power supply, power distriI# 20-01010-000 (1 EA) or Equal 0007: MFF Enclosure Custom Termination Harness, SIM (Single) ORCI# 20-01014-001 (3 EA) or Equal 0008: MFF Enclosure Custom Termination Harness, PCM (Single) ORCI# 20-01014-005 (1 EA) or Equal 0009: Custom Enclosure Mounting Kit (Universal): Includes wall mounting hardware for wood studs, unistrut channel (2,5'sections), channel spring nuts and hex head channel hardware for up to 2 enclosures ORCI# 20-01099-00 (1 EA) or Equal 0010: Multi-State EOL Resistor, Each ORCI# 21-03050-001 (24 EA) or Equal 0011: Misc. Electrical Components (wire, connectors, power) ORCI# 29-99000-000 (1 EA) or Equal 0012: Conduit, 3/4", 10' w/accessories ORCI# 29-99001-000 (330 EA) or Equal 0013: Cable, 22 AWG, 8 Conductor, White Jacket, 1000 Ft Box ORCI# 29-99003-001 (2 EA) or Equal 0014: Cable, 18 AWG, 2 Conductor, White Jacket, 1000 Ft Box ORCI# 29-99003-003 (2 EA) or Equal 0015: Balanced Magnetic Switch (BMS), Standard ORCI# 70-01001-000 (6 EA) or Equal 0016: L-Bracket for Standard BMS ORCI# 70-0100-001 (6 EA) or Equal 0017: Interior 360 degree PIR ORCI# 70-01004-000 (9 EA) or Equal 0018: Duress Switch, Hardwired, Latching ORCI# 70-05006-000 (1 EA) or Equal 0019: Class Reader w/PIN Pad ORCI# 70-06002-001 (1 EA) or Equal 0020: System Design & Engineering ORCI# 90-00001-00 (4 EA) or Equal 0021: Labor-Draftman ORCI# 90-00002-000 (8 EA) or Equal 0022: Labor-Graphics Development ORCI# 90-00003-000 (4 EA) or Equal 0023: Labor-Installation (Field Technician I) ORCI# 90-00004-000 (32 EA) or Equal 0024: Labor-Installation (Field Technician III) ORCI# 90-00006-000 (64 EA) or Equal 0025: Program Management, Indirect OCRI# 90-00012-000 (16 EA) or Equal 0026: Special Purpose Vehicle/Equipment rental ORCI# 90-00013-000 (1 EA) or Equal 0027: Shipping and Handling ORCI# 90-00020-001 (1 EA) or Equal Note: Equal Items will be acceptable upon determination of technical acceptability. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Represenationtations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 System for Award Management (Jul 2013) 52.204-13 Central Contractor Registration Maintenance (Dec 2012) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) 52.212-2 EVALUATION-COMMERCIAL ITEMS (Jan 1999) 52.212-3 Offerer Represenatations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 4, 6, 12, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jul 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. (Nov 2011) 252.204-7004 Alt A, Contral Contractor Registration (MAY 2013 ) 252.204-7008 Export-Controlled Items (APR 2010) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.215-7007, Notice of Intent to Resolicit (Jun 2012) 252.215-7008, Only One Offer (Jun 2012) 252.211-7003 Item Identification and Valuation (JUN 2013) 252.211-7007 Reporting of Government-Furnished Property (AUG 2012) 252.227-7015 Technical Data-Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2013) (10 U.S.C. 2321) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) 5352.223-9001Health and Safety on Government Installations (Jun 1997) The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (CST), 9 Sep 2013, 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Brandon Boudreau at (318) 456-6834 and Justin Carroll at (318) 456-4843. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Justin Carrol, Contracting Specialist, at (318) 456-4843, justin.carroll.4@us.af.mil and Brandon Boudreau, Contracting Officer, at (318) 456-6834, brandon.boudreau@us.af.mil, or Steven Huffines, Contracting Officer, at (318) 456-2201, steven.huffines@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49dc7f34f59f16fe26f21c2db360a547)
 
Place of Performance
Address: Barksdale AFB, LA, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN03162486-W 20130828/130826235503-49dc7f34f59f16fe26f21c2db360a547 (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.