Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

J -- Security Systems Maintenance - Attachments to be Returned - Attachments to Solicitation

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-R-0047
 
Archive Date
10/6/2015
 
Point of Contact
Laura E. Caravantes, Phone: (937)522-4609
 
E-Mail Address
laura.caravantes@us.af.mil
(laura.caravantes@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Historical Usage Attachment 1 Performance Work Statement Attachment 7 DFARS 252.209-7992 Attachment 6 FAR 52.222-48 Attachment 5 FAR 52.222-22 and 222-25 Attachment 4 FAR 52.212-3 Alt I Attachment 3 CLINs, Provisions, and Clauses This is a combined synopsis/solicitation ("synopsitation") for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is hereby issued as a Request for Proposals (RFP) using FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. This announcement, with its attachments, constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Government intends to award one Firm-Fixed Price (FFP) contract resulting from this synopsitation to the responsible offeror whose proposal conforms to the synopsitation and will be most advantageous to the Government. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the synopsitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the quotation with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submittal of proposals in response to this synopsitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. 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 http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. Synopsitation Number: The synopsitation number for this requirement is FA8601-15-R-0047. Requirement: The 711th Human Performance Wing (HPW) requires Security System Maintenance for several facilities utilizing SimplexGrinnell security systems across Wright-Patterson Air Force Base (WPAFB). Services are to be provided in accordance with Performance Work Statement dated 11 June 2015, which is located at Attachment 1. Performance of this effort will be considered non-mission essential. A chart of actual historical data for the current contract is located at Attachment 2 for ESTIMATION PURPOSES ONLY. The Government will not be bound to the number of visits per year given in Attachment 2, nor is it suggesting that these are either the maximum or minimum number of visits that will be required per year. NAICS Code: 561621 - Security Systems Services (except Locksmiths) Business Size Standard: $20.5M Set-Aside: This acquisition is a Total Small Business Set-Aside. Contract Line Items (CLINs): Detailed CLIN descriptions are provided at Attachment 3. Provisions and Clauses: Applicable provisions and clauses are incorporated at Attachment 3. Delivery Schedule: Base Year 28 Sept 15 - 27 Sept 16 Option Year I 28 Sept 16 - 27 Sept 17 Option Year II 28 Sept 17 - 27 Sept 18 Option Year III 28 Sept 18 - 27 Sept 19 Option Year IV 28 Sept 19 - 27 Sept 20 Performance Location: 711th Human Performance Wing Various addresses (See Attachment 3 for building numbers) Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Evaluation Factors: Evaluation factors and a detailed description of how proposals will be evaluated are contained in FAR 52.212-2 - Evaluation - Commercial Items located in Attachment 3. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.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/. Contract Financing: Contract financing will NOT be provided for this acquisition. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number and CAGE Code 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I (Attachment 4) 10. Completed copy of FAR 52.222-22 (Attachment 5) 11. Completed copy of FAR 52.222-25 (Attachment 5) 12. Completed copy of FAR 52.222-48 (Attachment 6) 13. Completed Copy of DFARS 252.209-7992 (Attachment 7) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review proposals 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 specifications of this solicitation. Due Date and Point of Contact: E-mail proposals to Laura.Caravantes@us.af.mil no later than 2:30 PM, Eastern Time on Monday, 21 September 2015. Be advised that all e-mail correspondence related to this RFP shall contain a subject line that reads "FA8601-15-R-0047, Security Systems Maintenance." Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The e-mail filter may delete any other form of attachments. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. Direct any and all questions regarding this requirement to Laura Caravantes at (937) 522-4609 or Laura.Caravantes@us.af.mil. Attachments: 1. Performance Work Statement 2. CLINs, Provisions, and Clauses 3. Historical Usage Data for Current Contract FA8601-12-C-0314 4. FAR 52.212-3, Alt I - Offeror Representations and Certifications - Commercial Items 5. FAR 52.222-22 - Previous Contracts and Compliance Reports, and 52.222-24 - Equal Opportunity 6. FAR 52.222-48 - Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Certification 7. DFARS 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION 2015-OO0005)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0047/listing.html)
 
Place of Performance
Address: 711th Human Performance Wing Complex, Buildings 33, 73, 248, 840, 840A, 850, and 852, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03886600-W 20150917/150915235943-3ac6dc2f25043b67c2160c296630eaad (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.