SOLICITATION NOTICE
63 -- Honeywell Vindicator Parts & Equipment - RFQ
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, JBSA Lackland - 802d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- LGCAD-5-0317
- Archive Date
- 9/28/2013
- Point of Contact
- Andrew Sorensen, Phone: 210-671-1726
- E-Mail Address
-
andrew.sorensen.1@us.af.mil
(andrew.sorensen.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate Request for Proposal (RFP) will not be issued. The solicitation number is LGCAC-5-0317 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect though Federal Acquisition Circular 2005-69 and DFARS change notice 20130808. This purchase is restricted to 100% Small Business concerns. This NAICS code is 334290 and the size standard is 750 employees. This is a brand name requirement for Honeywell Vindicator parts and equipment. Please provide a quote for the line items listed below. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration in the absence of discussion. The quote shall be valide through 30 September 2013. Description: Honeywell Vindicator Parts & Equipment ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST CLIN0001 Part # 550-33731-03- NEMA 1,Enclosure Assembly, Interior, Large 1 Ea CLIN0002 Part # 548-33300-10 - V5 Network Security Appliance (requires 1 of O/S Server Opt) 1 Ea CLIN0003 Part # 508-33352-02 - V5 Access Control Server, TDEA F/W Option (Requires Mandatory Hardware Purchase) 1 Ea CLIN0004 Part # 536-33002-01 SIM-Sensor Input Module, 8 Ports, V5 2 Ea CLIN0005 Part # 563-33002-01 - ROM-Relay Output Module, 4 Ports, V5 1 Ea CLIN0006 Part # 536-33004-01 - PCM- Portal Control Module, V5 3 Ea CLIN0007 Part # 553-34286-01 - ATP-12V (Supervised) 6.0 Amp Power Suply, 110 VAC, Kit 2 Ea CLIN0008 Part # 294-32072 - AC Surge Arrester, 115VAC 1 Ea CLIN0009 Part# 578-35773-01 DSL Modem, Industrial, Ethernet SHDSL Extender (2 per circuit) 2 Ea CLIN0010 Part # 574-33825-01 Portal Controller, Wiegand, Dualkeypad, 8-lnput 3 Ea CLIN0011 Part # 574-35876-00 multiCiass Card Reader 8 Ea CLIN0012 Part # 192-35198-01 Emergency Exit Push Button Station, Green Case, DPDT Switch, Turn to release, with Clear Cover 2 Ea CLIN0013 Part # 192-35550-01 Hi Security BMS, 4 Ea CLIN0014 Part # 192-34053-01 L' Bracket for BMS switch, 4 Ea CLIN0015 Part # 192-34053-02 Z' Bracket for BMS switch, 4 Ea CLIN0016 Part # 316-32965-00 Request to Exit PIR 1 Ea CLIN0017 Part # V-463U Remote Request to Exit Button 10 Ea CLIN0018 Part # 192-30895-00 Latching Switch, Pushbutton 3 Ea CLIN0019 Part # 316-34017-01 360 Deg PIR, 3 Ea CLIN0020 Part # 540-33739-00 EOL End-of-line Resistor, 2.2K Ohm, with Flying Leads, 3 Pack 10 Ea CLIN0021 Part # V-UML-19P-90 19" LCD CCTV Monitor 1 Ea CLIN0022 HD3US Camera- Mini-Dome, Ultra-Wide Dynamic Range, Indoor, Analog, 690TVL resolution, 1/3" imaging I chip, True Day/Night (TON), 2.8mm- 12.0mm VFAI lens, 24 VAC/12VDC, flush or surface mount 1 Ea CLIN0023 HPTV2408UL Power Supply, 8 Outputs, 24VAC@ 2.5A each, 4A total, Built in thermal protection, Individually Fused each with LED Indicators. UL Listed 1 Ea CLIN0024 Part # 550-33731-03 NEMA 1, Enclosure Assembly, Interior, Large 1 Ea CLIN0025 Part # 548-33300-10 V5- Network Security Appliance (requires 1 of 0/S Server Opt) 1 Ea CLIN0026 Part # 508-33355-02 V5- Access Control Server, TOEA FfW Option (Requires Mandatory Hardware purchase) 1 Ea CLIN0027 Part # 536-33002-01 SIM - Sensor Input Module, 8 Ports, V5 2 Ea CLIN0028 Part # 536-33003-01 ROM - Relay Output Module, 4 Ports, V5 1 Ea CLIN0029 Part # 536-33004-01 PCM - Portal Control Module, V5 3 Ea CLIN0030 Part # 553-34286-01 ATP 12V (supervised) 6.0 Amp Power Supply, 110VAC, Kit 2 Ea CLIN0031 Part # 294-32072-01 AC Surge Arrestor, 115VAC 1 Ea CLIN0032 Part # 578-35773-01 DSL Modem, Industrial, Ethernet SHDSL Extender (2 per circuit) 2 Ea CLIN0033 Part # 57 4-33825-01 Portal Controller, Wiegand, Dual keypad, 8-lnput 2 Ea CLIN0034 Part # 574-35876-00 multiCiass Card Reader 6 Ea CLIN0035 Part # 192-35550-01 Hi Security BMS 4 Ea CLIN0036 Part # 192-34053-01 L' Bracket for BMS switch, 4 Ea CLIN0037 Part # 192-34053-02 Z' Bracket for BMS switch, 4 Ea CLIN0038 Part # 316-32965-00 Request to Exit PIR 3 Ea CLIN0039 Part # 192-30895-00 Latching Switch, Pushbutton 3 Ea CLIN0040 Part # 316-34017-01 360 Deg PIR, 5 Ea CLIN0041 Part # 540-33739-00 EOL End-of-line Resistor, 2.2K Ohm, with Flying Leads, 3 Pack 10 Ea Total Special Notes and Instructions: The vendor shall submit the response to this RFQ via email to: Andrew S. Sorensen, E-mail: andrew.sorensen.1@us.af.mil ; Ph: (210) 671-1726, no later than 12:00 noon CST on September 13, 2013 - Friday ( or sooner if possible) in order to be considered timely. Any quote, modification, revision, or widthdrawal of a quote received after the exact time specified for receipt of quote is "late" and will not be considered, unless the Contracting Officer determines that acepting the late quote would not unduly delay the award and acquisition or it was the only quote received. 1. This is a notice that this order is a total set-aside for a small business concern. Only quotes submitted by a small business concern will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. 2. Basis for Award. The 802nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. 3. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM), the Central Contractor Registration (CCR) must be current. To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. 5. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 6. Applicable clauses: The following provisions and clauses are applicable to this RFQ. For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil.. FAR 52.204-7............. System for Award Management (Jul 2013) FAR 52.204-13............ Central Contractor Registration Maintenance FAR 52.209-6............. Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-17............ Delivery of Excess Quantities FAR 52.212-1............. Instructions to Offerors FAR 52.212-3............. Offeror Representations and Certifications - Commercial Items FAR 52.212-4............. Contract Terms and Conditions - Commercial Items FAR 52.212-5............. Contract Terms & Conditions Required to Implement Status or Executive Orders - Commercial Items (Deviation) FAR 52.219-6............. Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-13............ Notice of Set-Aside of Orders (NOV 2011). FAR 52.219-28........... Post-Award Small Business Program Rerepresentation (Apr 2012) FAR 52.222-3............ Convict Labor FAR 52.222-19........... Child Labor FAR 52.222-21........... Prohibition of Segregated Facilities FAR 52.222-26........... Equal Oportunity FAR 52.222-50........... Combating Trafficking in Persons FAR 52.223-18........... Ban Text Messaging While Driving FAR 52.232-1............ Payments FAR 52.232-33........... Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3............ Protest After Award FAR 52.247-34........... FOB Destination FAR 52.252-1............ Solicitation Provisions Incorporated by Reference FAR 52.252-5............ Authorized Deviations in Provisions DFAR 252.211-7003.... Item Identification & Valuation DFAR 252.232-7003.... Electronic Submission of Payment DFAR 252.232-7006.... Wide Area Workflow Payment Instructions AFFARS 5352.201-9101 Ombudsman ADDENDUM TO 52.212-4 (LACKLAND 0007) (FEB 11) Paragraph (c) of Clause 52.212-4 is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FORMER AETC CLAUSES (LACKLAND 0009) (FEB 11) Smoking in AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. JBSA Lackland Traffic Code All applicable Traffic Codes will be enforced and apply to all personnel operating vehicles on JBSA Lackland. They are extracted from LAFB Instruction 31-204. For a complete listing of all JBSA Lackland Traffic Codes and all other applicable traffic policies and procedures, please contact the Contracting Office for a copy of LAFB Instruction 31-204. Cell Phone Usage Contractors are advised that LAFB Instruction 31-204 prohibits cellular telephone usage when approaching and entering any installation entry gate, or exiting of JBSA Lackland. Cell phone usage by drivers on JBSA Lackland is prohibited in moving vehicles unless used with a hands-free device. The 802nd Security Forces Squadron (SFS) is strictly enforcing this regulation. Those found in violation of this regulation are subject to be ticketed. Base Fire Prevention Program The contractor will be required to comply with the applicable Fire Prevention Program, for JBSA Lackland the applicable directive is LAFB Instruction 32-2001, dated 20 Feb 04. Contact the Contracting Office for a copy of LAFB Instruction 32-2001. SECURITY REQUIREMENTS FOR UNCLASSIFIED SOLICITATIONS AND CONTRACTS (LACKLAND 0010) (FEB 11) 1. Base Entry and Vehicle Control Requirements. Contractor shall comply with AFFARS Clause 5352.242-9000, "Contractor access to Air Force installations" which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. 2. Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check with Inquiries (NACI) request, before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny computer access. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed to perform duties requiring computer access. After submission of the complete security package through the security office and completion of an adjudicated NACI, contractor employees may obtain their "Common Access Card" (CAC) for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. Contractor shall comply with AFFARS Clause 5352.242-9001 Common Access Cards (CACs ) for Contractor Personnel which is hereby incorporated by reference if not otherwise included. The contractor shall comply with DODD 5200.08R Physical Security Program, (Chapter 3, Section C.3) requirements. 3. Installation Access. Criminal History Check will be conducted on all prime/subcontractor employees requiring base access. The contractor shall provide the Contracting Officer and the Information Protection Office a current list of employees needing access within 3 working days after receiving award or Notice of Award. The list shall include employee's name, date of birth, state driver's license/state ID number and state of issue. Notifications of contractor employee additions and deletions shall be provided with the same information listed above and within 3 working days. Within 10 business days after receipt of the list the Government will notify the Contractor that installation access passes are available for those employees clearing the criminal history check. The duration of any pass issued will not exceed one year or the duration of the contract, whichever is shorter. This process will be repeated at the exercise of any option period. 4. Government Data. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW with the records management procedures in Air Force Instruction (AFI) 33 - 322, Records Management Program, Air Force Manual (AFMAN) 33-363, Management of Records, and the Air Force Records Disposition Schedule (AFRDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/rims.cfm 5. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters and AFI 31-401 (Chapter 8). Contractor shall report to Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. 6. Freedom of Information. The contractor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the Contracting Officer. 7. Physical Security. The contractor shall comply with Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 8. Key Control. The contractor shall safeguard all keys issued by the government and ensure they are used only by authorized contractor personnel. The contractor shall not duplicate issued keys and shall report lost keys to the contracting officer immediately. The contractor will be charged for lost keys, re-keying, and lock replacement as applicable. 9. Additional Security Requirements. NACI's will be IAW Homeland Security Presidential Directive 12 (HSPD-12). If this contract requires access to classified materials the contractor shall comply with DOD 5200.1-R, AFI 31-401, AFI 33-201, Volume 1, and Volume 2 (COMSEC), AFSSI 7700 (Emission Security), AFSSI 8502, (Organizational Computer Security), and AFPD 16-14, (Information Protection), and Operations Security (OPSEC) Instructions. 10. Unescorted Entry to Restricted/Controlled Areas. If this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with DOD 5200.2-R, Appendix 1, and AFI 31-501, Personnel Security Program Management (Paragraph 3.24). If the performance of this contract requires unescorted entry to a restricted/controlled area, personnel must have a favorably adjudicated NACI investigation. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to restricted/controlled areas. In this instance the Contracting Officer will notify the contractor of the denial. That individual will not be allowed to perform duties requiring access to restricted/controlled areas. Upon receipt of a favorable investigation results and authorization by the appropriate commander, the contractor member will receive appropriate entry credentials for access to restricted/controlled areas, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. 11. Credentials Turn-In. Upon completion of performance, termination of the contract or termination of performance on this contract by any individual for any reason, the contractor shall turn in all CAC Cards, Base Identification Passes, Restricted Area Badges, and any other documents issued by the government to the Issuing office, COR, or Project Manager. 12. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on JBSA Lackland. (End of Clause) CONTRACTOR PERSONNEL CONDUCT (LACKLAND 0013) (FEB 11) The contractor will ensure that its employees conduct themselves in a professional manner while on the installation and refrain from disruptive, offensive, or otherwise improper behavior that undermines order and discipline. The contracting officer may direct the contractor to remove from performance of this contract on this installation any contractor employee engaging in such misconduct.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCAD-5-0317/listing.html)
- Place of Performance
- Address: JBSA Lackland, Lackland, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03180548-W 20130911/130909235858-27f0c06ba42f429f95ce889da6e80a99 (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 |