SOLICITATION NOTICE
58 -- REPLACEMENT OF DORM SURVEILLANCE SYSTEM
- Notice Date
- 8/21/2020 11:42:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA4809 4TH CONS SQDN CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
- ZIP Code
- 27531-2456
- Solicitation Number
- FA480920Q0065
- Response Due
- 9/3/2020 7:00:00 AM
- Archive Date
- 09/18/2020
- Point of Contact
- SSgt Donald Suver, Phone: 919-722-5445, Michael J Demers, Phone: 919-722-1762
- E-Mail Address
-
donald.suver@us.af.mil, michael.demers.4@us.af.mil
(donald.suver@us.af.mil, michael.demers.4@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation RFQ � Replacement of Dorm Surveillance System Requesting Agency:���������� 4 CES/CEIHH Seymour Johnson AFB, NC 27531-2459 Purchasing Agency:���������� 4th Contracting Squadron � 4 CONS/PKB 1570 Wright Brothers Ave. Bldg 2903 Seymour Johnson AFB, NC 27531-2459 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 solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit quotes in reference to RFQ number FA480920Q0065 - Replacement of Dorm Surveillance System. This requirement is being solicited as a 100% Small Business Set Aside. The NAICS code for this requirement is 561621 with a size standard of $22,000,000.00. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 Effective 08-03-2020. Defense Federal Acquisition Regulation, Effective 06-05-2020. Air Force Federal Acquisition Regulation AFAC 2019-1001, Effective 01 Oct 2019. � BID SCHEDULE: Potential Offerors are to provide a quote for the items/services IAW the attached Statement of Work (SOW). See Attachment 1 for the Bid Schedule. *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, along with the quote. *** A site visit has been scheduled for 26 Aug 2020 at 2:00PM EST. Please send your name(s), company's name and telephone number to donald.suver@us.af.mil and michael.demers.4@us.af.mil no later than 25 Aug 2020 at 9:00 AM EST to confirm your attendance and receive instructions. Quotes are due no later than 10:00 am. EST, 3 Sep 2020. Quotes shall be sent via e-mail. � INSTRUCTIONS TO OFFERORS (Addendum to 52.212-1) QUOTE SPECIFICS: In order to be considered for evaluation quotes must include a Price Exhibit and a Technical Exhibit. Quote shall include the offeror's Price Exhibit as follows: Contractor shall complete and return Attachment 1 Bid Schedule. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, removal, etc.) Quotes shall include the offeror's Technical Exhibit as follows: Specifications Compliance: Contractor shall provide, in sufficient detail, a description of the products being provided IAW the SOW. Proposed Installation plan IAW the SOW. Quotes must be valid for a period of no less than 60 days. Additionally, the Contractor shall provide as�built drawings in a TBD digital format after the completion of all work. ***NOTE: Please take notice of FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020O0008) and its language concerning offers solicited from small business concerns. (End of Provision) EVALUATION 52.212-2 Evaluation-Commercial Items (Oct 2014) ����� (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. The following factors shall be used to evaluate offers: ����� Price and Technical Acceptability ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) PRICE EXHIBIT (a) A quote's Total Evaluated Price (TEP) will be determined by the sum of all separately priced CLINs as. TECHNICAL EXHIBIT (a) Each technical factor will be evaluated on an acceptable/unacceptable basis. Extra credit will not be assigned for exceeding the acceptable/unacceptable criteria. A rating of ""Acceptable"" will be required in the factor to be eligible for award. TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating Description: Acceptable: Quote meets the requirements of the solicitation. Unacceptable: Quote does not meet the requirements of the solicitation. Technical Factor 1 Description: Specifications Compliance Measure of Merit: Contractor provided, in sufficient detail, a description of the products being provided and its proposed installation plan IAW the SOW. Technical Factor 2 � Description: Proposed Installation plan IAW the SOW. � Measure of Merit:� Contractor provided in sufficient detail its proposed Installation plan IAW the SOW. (End of Provision) � CLAUSES INCORPORATED BY REFERENCE Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.203-6������������� Restrictions on Subcontractor Sales to the Government. - (Alternate I) 52.203-18����������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 52.203-11����������� Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12����������� Limitation on Payments to Influence Certain Federal Transactions 52.204-7������������� System for Award Management. 52.204-10����������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13���� System for Award Management Maintenance 52.204-16����������� Commercial and Government Entity Code Reporting 52.204-18������ Commercial And Government Entity Code Maintenance 52.204-19����������� Incorporation By Reference Of Representations And Certifications 52.204-22����������� Alternative Line Item Proposal 52.204-24����������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204�25����������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26����������� Covered telecommunications Equipment or Services--Representation 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 Corporations 52.209-11����������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1������������� Instructions to Offerors -- Commercial Items 52.212-3������������� Offeror Representations and Certifications -- Commercial Items. 52.212-4�������� Contract Terms and Conditions--Commercial Items 52.212-5������������� Contract Terms And Conditions Required To Implement Statutes Or Executive Orders� Commercial Items 52.219-6������������� Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.219-14����������� Limitations on Subcontracting (Mar 2020) (DEVIATION 2020-O0008) 52.219-28����������� Post Award Small Business Program Rerepresentation 52.222-3������������� Convict Labor 52.222-19����������� Child Labor--Cooperation With Authorities And Remedies (DEVIATION2020-O0019) 52.222-21����������� Prohibition of Segregated Facilities 52.222-26����������� Equal Opportunity 52.222-35����������� Equal Opportunity for Veterans 52.222-36����������� Equal Opportunity for Workers With Disabilities. 52.222-40����������� Notification of Employee Rights Under the National Labor Relations Act 52.222-50����������� Combating Trafficking In Persons 52.223-18����������� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.229-12����������� Tax on Certain Foreign Procurements. 52.232-30����������� Installment Payments for Commercial Items 52.232-33����������� Payment by Electronic Funds Transfer--System for Award Management 52.232-39� Unenforceability Of Unauthorized Obligations 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 52.237-1 Site Visit 52.237-2������������� Protection of Government Buildings, Equipment, and Vegetation 52.247-34����������� F.O.B. Destination Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000����� Requirements Relating To Compensation Of Former DoD Officials 252.203-7002����� Requirement To Inform Employees Of Whistleblower Rights 252.203-7005������ Representation Relating to Compensation of Former DoD Officials. 252.204-7003��������� Control Of Government Personnel Work Product 252.204-7015����� Disclosure Of Information To Litigation Support Contractors 252.204-7016����� Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004����� Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.211-7003����� Item Unique Identification And Valuation 252.213-7000����� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 252.215-7013 ���� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7006����� Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008���� Prohibition Of Hexavalent Chromium 252.225-7001����� Buy American and Balance of Payments Program. 252.225-7002����� Qualifying Country Sources as Subcontractors. 252.225-7012����� Preference for Certain Domestic Commodities. 252.225-7016����� Restriction on Acquisition of Ball and Roller Bearings. 252.225-7048����� Export-Controlled Items 252.225-7052����� Restriction on the Acquisition of Certain Magnets and Tungsten. 252.232-7003����� Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006� Wide Area Workflow Payment Instructions 252.232-7010����� Levies On Contract Payments 252.232-7017����� Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration. 252.237-7010����� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001����������� Pricing Of Contract Modifications 252.243-7002����� Requests for Equitable Adjustment. 252.244-7000����� Subcontracts For Commercial Items 252.246-7000����� Material Inspection And Receiving Report 252.247-7023����� Transportation Of Supplies By Sea�Basic 252.246-7008����� Sources of Electronic Parts Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9000��� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001��� Health and Safety on Government Installations 5352.242-9000��� Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at https://www.acquisition.gov/ Federal Acquisitions Regulation Clauses Incorporated by Full Text FAR 52.217-7: Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 52.219-28: Post-Award Small Business Program Representation. (JUL 2013) Definitions. As used in this clause- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is not dominant in its field of operation when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. For long-term contracts- Within 60 to 120 days prior to the end of the fifth year of the contract; and Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 521621 assigned to contract number TBD. [Contractor to sign and date and insert authorized signer's name and title]. ����������� X _______________________________________��������������������� _________________ (End of clause) �(End of clause) FAR 52.225-18: Place of Manufacture (Aug 2018) � (a) Definitions. As used in this provision� ����� Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except- ���������� (1) FPSC 5510, Lumber and Related Basic Wood Materials; ���������� (2) Product or Service Group (PSG) 87, Agricultural Supplies; ������� ���(3) PSG 88, Live Animals; ���������� (4) PSG 89, Subsistence; ���������� (5) PSC 9410, Crude Grades of Plant Materials; ���������� (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; ���������� (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; ���������� (8) PSC 9610, Ores; ���������� (9) PSC 9620, Minerals, Natural and Synthetic; and ���������� (10) PSC 9630, Additive Metal Materials. ���������� Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ? In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or ���������� (2) ? Outside the United States. (End of provision) FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/ FAR 52.252-5: Authorized Deviations in Provisions (Apr 1984) ����� (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. ����� (b) The use in this solicitation of any DFARS �(48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) FAR 52.252-6: Authorized Deviations in Clauses (Apr 1984) ��� (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. ����� (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) Defense Federal Acquisitions Regulation Clauses Incorporated by Full Text 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) (a) Definitions. As used in this provision� �Agency or instrumentality of the government of Venezuela� means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to �a foreign state� deemed to be a reference to �Venezuela.� �Business operations� means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. �Government of Venezuela� means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. �Person� means� (1) A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3) Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. (b) Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c) Representation. By submission of its offer, the Offeror represents that the Offeror� (1) Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or (2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) Air Force Federal Acquisition Regulation Supplement Clauses Incorporated by Full Text 5352.201-9101 ACC Ombudsman (10/1/2019) (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 ombudsman, Lt Col Aaron Judge, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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 (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f542aef44a3644aebd29974972b19015/view)
- Place of Performance
- Address: Goldsboro, NC 27531, USA
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN05769435-F 20200823/200821230206 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |