SOLICITATION NOTICE
63 -- Install the Vindicator security system at SAFB, Bldg 5028 - Statement of Work
- Notice Date
- 9/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- F3SF385243A001
- Archive Date
- 10/13/2015
- Point of Contact
- Cory A. Terrell, Phone: 6182569280
- E-Mail Address
-
cory.terrell@us.af.mil
(cory.terrell@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work The 375th Contracting Squadron (LGCB2) at Scott AFB, IL is contemplating an award for the purchase of Vindicator installation at SAFB, Bldg 5028. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3SF385243A001 it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-78 effective 26 December 2014, and the Defense Federal Acquisition Regulation Supplement DPN 20150129 Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage Fed Biz O pps under North American Industry Classification System (NAICS) code 561621; security alarm systems sales combined with installation, repair, or monitoring services. The small business size standard is $20.5M. The Federal Supply Code (FSC) for this acquisition will be 6350; Miscellaneous Alarm, Signal, Security Detection Systems. Item # Description Quantity Unit Unit Price Total Price 0001 Installation of V5 controller, IDS, Keypad and Override Switch along will all applicable programming 1 Lot GRAND TOTAL (v) Contract Line Item Number(s) CLINS: **THIS IS A BRAND NAME PURCHASE** Vendor MUST be Honeywell/Vindicator Certified PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE. (vi) Description of requirements: **Vendor MUST be Honeywell/Vindicator Certified** Installation and progamming for the following items IAW the included Statement of Work. Quantity Description 1 Security Enclosure 24x24 (SEC-ENC24x24WDP) 1 UPS for four-hours (ED1500RM2U) 1 Power Supply and Distribution Panel (AL1686000CB) 1 V5 Network Security Appliance (548-33300-10) 1 V5 Access Control Server (508-33355-02) 1 AES Encryption Software (508-35231-01) 1 Weigand Interface (574-32658-02) 1 Card Reader w/Keypad (SEC/ACC) (5535) 1 ROM – Relay Output Module (536-33003-01) 1 SIM Sensor Input Module 8-port V5 (536-33002-01) 1 Keyswitch lock Override (Owner to furnish core) (MKA2) (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. CAGE Code ___________________________________________ 3. Contractor Name _________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 5. Delivery Date or Period of Performance: _____________________________________________ 6. Business Type (i.e. small, women-owned, etc.)______________________________ 7. Point of Contact & Phone Number________________________________________ 8. Fax Number _____________________________________ 9. Email address___________________________________________________ 10. FOB (destination or origin) _______________________________________ 11. GSA number, if applicable to this requirement ___________________________ (ix) The provision at 52.212-2, Evaluation—Commercial Items (OCT 2014), applies to this acquisition. (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. For this acquisition, the following factors shall be used to evaluate offers: Price and Technical Capability of the item offered to meet the Government requirement. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. (End of Provision) (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (DEC 2014), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items (DEC 2014), applies to this acquisition. The following clauses are by reference: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (May 2006) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (2003) FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies ( Jan 2014) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.247-34, F.O.B. Destination (Nov 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (Feb 2015) DFARS 252.204-7003, Control of Government Personnel Work Product (Sep 2014) DFARS 252.204-7004, Alt A, System for Award Management (Feb 2014) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program (Nov 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following clauses are full text: (End of Clause) DFARS 252.211-7003 Item Unique Identification and Valuation. ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) (a) Definitions. As used in this clause— “Automatic identification device” means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. “Concatenated unique item identifier” means— (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. “Data matrix” means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. “Data qualifier” means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. “DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. “DoD item unique identification” means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. “Enterprise” means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. “Enterprise identifier” means a code that is uniquely assigned to an enterprise by an issuing agency. “Government’s unit acquisition cost” means— (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery. “Issuing agency” means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet’s Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/Normontwikkeling/Certificatieschemas-en-keurmerken/Schemabeheer/ISOIEC-15459.htm under “Register.” “Issuing agency code” means a code that designates the registration (or controlling) authority for the enterprise identifier. “Item” means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. “Lot or batch number” means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. “Machine-readable” means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. “Original part number” means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. “Parent item” means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. “Serial number within the enterprise identifier” means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. “Serial number within the part, lot, or batch number” means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. “Serialization within the enterprise identifier” means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. “Serialization within the part, lot, or batch number” means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. “Type designation” means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. “Unique item identifier” means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. “Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government’s unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description Not Applicable (ii) Items for which the Government’s unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description Not Applicable (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ____. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ____. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology – International symbology specification – Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that— (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology – EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology – EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology – Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall— (A) Determine whether to— (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code— (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government’s unit acquisition cost. (11) Unit of measure. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods— (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) 5352.201-9101, Ombudsman (Apr 2014) OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following provisions are by reference: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Nov 2014) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Dec 2012) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements—Representation (DEVIATION 2015-O0010) (Feb 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS 252.225-7000, Buy American—Balance of Payments Program Certificate (Nov 2014) The following provisions are full text: 52.204-17, Ownership or Control of Offeror (Nov 2014). Ownership of Control of Offeror (Nov 2014) (a) Definitions. As used in this provision— “Commercial and Government Entity (CAGE) code” means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as an NCAGE code. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates “has” in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates “yes” in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a “doing business as” name) (End of provision) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that – (a) It __ has, __ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It __ has, __ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2014 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-000009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, Attachment OARS Tracking Number: 2014-00009 Class Deviation-Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (xiii) No additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are necessary for this acquisition. (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 2:00 P.M. CST ON 28 Sep 2015. (xvi) Quotes are due to: By email: cory.terrell@us.af.mil By mail: 375 CONS/LGCB Attn: SSgt Cory Terrell 201 E Winters St, Bldg. 50 Scott AFB IL 62225-5015 By fax: 618-256-3139 Attn: SSgt Cory Terrell PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is SSgt Cory Terrell: phone 618-256-3139; fax 618-256-2174; e-mail cory.terrell@us.af.mil In the event this individual is not available, contact MSgt Ketah Watso: phone 618-256-9268; fax 618-256-2174; e-mail ketah.watson@us.af.mil. Administrative Information: Contractor Consent to Background Checks : The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by Law Enforcement Agency Data System (LEADS) through the National Crime Information Center. LEADS checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to LEADS background checks. Contractor and subcontractor personnel who do not consent to an LEADS check will be denied access to the installation. Information required to conduct an LEADS check includes: full name, driver’s license number, and/or social security number, date of birth of the person entering the installation, and completion of a background check questionnaire. The contractor shall provide this information using the Scott AFB Form 21, Contractors Consent for Background Check, and shall submit it in conjunction with the contractor’s request for either base or vehicle passes. Completion of a successful LEADS check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. Badges: The contractor is required to provide identification badges for their employees. All contractor personnel shall wear these badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by contractor and government. The contractor’s identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. All DBIDS cards/passes will be turned in to the Visitors Control Center upon expiration of pass and/or completion of contract. Contractor Registration of Vehicles on Scott AFB : All contractor or contractor employees’ vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Additionally any pass shall be surrendered to Security Forces upon demand to positively identify a persons need to be on Scott AFB. Access to Installation during Force Protection Conditions (FPCONs): Contractors will be assigned a mission essential designation IAW requirements contained in Scott Air Force Base Integrated Defense Plan 31-1. Only the installation commander or the unit commander requesting contract support will assign the mission essential designation. Property Protection: Property protection for facility where the contractors’ primary work center is located will be the responsibility of the local facility manager and local Government Security Manager, or their duly authorized representative IAW AFI 31-101, Integrated Defense and command/local directives. The contractor shall safeguard all government-owned equipment and materials in his/her possession or use. Safeguarding Classified or Unclassified Information : The contractor shall meet Air Force standards for storing, processing, and handling classified information and systems. Additionally, all resources (e.g. maps, publication/instructions, photos) provided by the government to assist the contractor in the performance of their contract will be surrendered upon termination of employment or the end of the contract performance period. Non-Disclosure Agreements : To safeguard information, the contractor shall enter into non-disclosure agreements with the responsible local security manager. Privacy Act : Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Contractors Working in Controlled or Restricted Areas The unit requesting contract support will provide escort (s) for contractors’ at all times when within a controlled area. Contractors shall not escort other contractor employees within controlled or restricted areas. In addition, contractors shall fulfill, maintain, and comply with all security requirements IAW Scott Air Force Base Integrated Defense Plan 31-1, and command/local directives. Access To Government Facilities with Controlled or Restricted Areas The contractor shall comply with security regulations imposed by the installation commander and/or the agency responsible for the project location. Due to specific mission requirements inherent in the nature of controlled or restricted areas on Scott AFB, the government may direct the contractor to leave the controlled or restricted areas at any given time. Contractors Responsibilities while Working within Controlled or Restricted Areas Only contractor personnel with proper authority and qualifications shall enter a controlled or restricted area. Certain facilities require the issuance of an AF Form 1199. The government, at any time, may revoke the AF Form 1199. The procedures for the issuance of an AF Form 1199 are contained in Scott Air Force Base Integrated Defense Plan 31-1. Contractors shall not escort other contractor employees within controlled or restricted areas. In addition, contractors shall fulfill, maintain, and comply with all security requirements contained in Scott Air Force Base Integrated Defense Plan 31-1. Access To Government Facilities with Controlled or Restricted Areas for Replacement Contractors The unit requesting contract support will continuously escort replacement contractors, not initially possessing the proper clearances and requiring entry to controlled or restricted areas. Replacement contractors shall submit paperwork within 30 days of being assigned to obtain an approved security clearance or favorable review. Replacement contractor personnel shall obtain a security clearance prior to working with, or having direct access to, classified material. In addition, replacement contractor personnel shall obtain a “Favorable Review” prior to having access to a Controlled Area. The above information shall be submitted to 375 AMW/IP
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3SF385243A001/listing.html)
- Place of Performance
- Address: Scott AFB, IL. Bldg 5028, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN03899627-W 20150925/150923235212-d39017a943e6720746dcded99fdfdef9 (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 |