SOLICITATION NOTICE
63 -- Dorm Security Cameras - Package #1
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- FA4610-18-Q-0007
- Archive Date
- 9/4/2018
- Point of Contact
- Betty Tobiias, Phone: 8056066716, Kari D. Hughes, Phone: 8056064469
- E-Mail Address
-
betty.tobias.1@us.af.mil, kari.hughes.2@us.af.mil
(betty.tobias.1@us.af.mil, kari.hughes.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work RFQ Template and Site Visit Information Dorm Security Camera Solicitation Notice NOTICE TO OFFERORS: Funds are presently not available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D68138AG03 Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 and DFARS DPN 20180629. North American Industrial Classification Standard (NAICS) 561621and Size Standard of $20.5 million dollars apply to this procurement. Purchase Request #: FA4610-18-Q-0007 Project Title: Dorm Security Cameras 1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1. 2. Quotes shall be valid through 10/1/2018. 3. Please see attached documents for detailed description of requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 15 Aug 2018. Answers will be posted on or about 16 Aug 2018. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to Contract Specialist: betty.tobias.1@us.af.mil no later than 20 Aug 2018 2:00 PM PST. The contract will be Firm Fixed Price with the CLIN structure reflected below CLIN 0001: Dorm Security Camera System Materials CLIN 0002: Installation of Dorm Security Cameral System Installation to be complete within 90 days after date of contract unless previously arranged with customer. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contract for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combat Trafficking in Persons 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Uneforceability of Unauthorized Obligations in all solicitations and contracts 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.246-7008 Sources of Electronic Parts 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xi) X (A) N/A (B) 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(ii): ___________ 252.232-7006 Wide Area Workflow Instructions Fill-in information to be provided at award. 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable (i) Technical certification of technicians (ii) Price 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-18-Q-0007/listing.html)
- Place of Performance
- Address: Building 13135, 13121, 13123, 13323, Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN05027463-W 20180810/180808231451-d4c7a890b5dc219f9485584862c5fe03 (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 |