Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOLICITATION NOTICE

63 -- Permanent Under Vehicle Inspection System

Notice Date
4/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-18-R-0003
 
Point of Contact
Lori J. Jenkins, Phone: 3306091041, Phyllis J Delgros, Phone: 330-609-1046
 
E-Mail Address
lori.jenkins.1@us.af.mil, phyllis.delgros@us.af.mil
(lori.jenkins.1@us.af.mil, phyllis.delgros@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA6656-18-R-0003 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-97 (24 January 2018) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20171228. This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 561621; the small business size standard is $20.5M. The 910th AW has a requirement to procure the commercial item listed below. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item(s): CLIN 0001 - (1) permanent under vehicle inspection system with installation The lowcam VI150 - permanent under vehicle inspection system with ramp and trench Uniform integrated undercarriage 30 high intensity LED light strips LED lighting Sealed housing to eliminate dust and moisture Water proof scratch-resistant camera lens Four (4) sensor-activated cameras for automatic inspections Vehicle sensors that can determine the speed and height of the vehicle 100ft CAD communication cable and cable protectors housed in one 100ft LowCam cable extension w/mil-spec connectors Two (2) 27inch cable protectors Temperature exposure for PC control unit must withstand 32° F to 104° F Temperature exposure for camera unit must withstand -30° F to 140° F Supports 20 tons of axle pressure 12V heater and thermostat 500GB PC control unit Stores up to 150,000+ searchable vehicle records with 3.2 GHz processor and 8GB DDR3 memory 21 inch touchscreen sunlight readable color monitor Full color playback review screen with side-by-side comparison view of returning vehicles Corresponding keyboard and mouse included Automatic Lowcam LPR - License plate reader embedded, includes two (2) permanent, ramp mounted LPR cameras (front and rear)/ANPR with alert features Lowcam FOD - Foreign object detection. Detects anomalies through magnetic field detection and video analytics On-site and on-screen training with 24 hour/7 days a week technical support Government's intent is to award a single contract between the Government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Funding is not presently available. UVIS must be brand name or equivalent. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.225-7001, Buy American and Balance of Payments Program List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of 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, Equal Opportunity for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2, Protection of Government Buildings, Equipment & Vegetation FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Buy American - Free Trade Agreements DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health & Safety on Government Installations Offerors shall certify company information is accurate and current in the System for Award Management (SAM). Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Quote must be valid for 60 days. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 7 May 2018. Please submit quote via email to lori.jenkins.1@us.af.mil or phyllis.delgros@us.af.mil, fax at (330) 609-1042, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Lori Jenkins or Phyllis Delgros, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please call at (330) 609-1041. Contracting Office Address: Youngstown Air Reserve Station 910 MSG/CONF 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-18-R-0003/listing.html)
 
Place of Performance
Address: 910 SFS/ S4/R, 3976 King Graves Rd., Vienna, Ohio, 44473-5931, United States
Zip Code: 44473-5931
 
Record
SN04879879-W 20180407/180405231350-df3dcb5ba21e5f225957a4edb9227398 (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.