SOLICITATION NOTICE
D -- OpenEye Camera System
- Notice Date
- 9/18/2020 2:21:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- FA6633-20-R-0005
- Response Due
- 9/25/2020 9:00:00 AM
- Archive Date
- 10/10/2020
- Point of Contact
- Lacie Nowak, Phone: 6127131433, Chin Kuk Dahlquist, Phone: 6127131428
- E-Mail Address
-
lacie.nowak@us.af.mil, chin.dahlquist.1@us.af.mil
(lacie.nowak@us.af.mil, chin.dahlquist.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 18 September 2020 Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) Contracting Office Address: 934th Airlift Wing/Contracting Office 760 Military Highway, Bldg. 729 Minneapolis, MN 55450-2100 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; proposals are being requested and a written solicitation will not be issued.� This is a Request for Proposal (RFP), solicitation number FA6633-20-R-0005 Request for Proposal (RFP) #FA6633-20-R-0005 for 934th Security Forces Squadron partnering with the Army Reserve has an immediate need for OpenEye camera and surveillance equipment. Currently there are shortfalls pertaining to security and surveillance along the Army Reserve fence line. This procurement will correct that shortfall allowing law enforcement and security personnel an �eyes on� look at the Army fence line allowing security force personnel to respond in the event of a developing situation at Minn-St. Paul ARS, MN. 1.� This is a Request for Proposal (RFP) for a Security Camera Procurement and Installation, at the 934th Airlift Wing, Minn-St. Paul ARS, MN. 2.� The following documents are provided in preparation of a proposal. Statement of Work, Security Camera Procurement and Installation at, Minn-St. Paul ARS, MN, 18 August 2020 Site Visit Information CLIN Structure Instructions to Offerors and Evaluation Criteria 3.� The awarded task order contract will include the following FAR clauses: It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses.� All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffara.htm AFFARS 5352.201-9101 Ombudsman (JUN 2016) (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. Colonel Alaric Jorgensen, 155 Richard Ray Blvd, Robins AFB GA 31098-1635, Phone DSN: 497-2440, alaric.jorgensen@us.af.mil� HQ AFRC/DSD. 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 requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 52.236-27 Alt I, Site Visit (Construction) 252.232-7006 Wide Area Workflow Payment Instructions 4.� Proposals may be submitted electronically to emails listed in paragraph 9 or mailed to the Contracting Officer at the above listed address. Proposals are due no later than 25 September 2020 and must conform to the requirements of this RFP and its attachments. 5.� This is a Firm Fixed Price requirement that will result in a single award and will utilize CLINs 3010, 3060, and 3070 as indicated in the attached documents. The basis for award is Lowest Price Technically Acceptable with two evaluation criteria:� Price proposal and Technical proposal. 6.� The anticipated schedule is as follows: Proposals posted on AFWAY � 18 September 2020 Site Visit � 23 September 2020 (refer to Attachment 3) Questions due �23 September 2020 Proposals Due � 25 September 2020 Contract Award � 28 September 2020 (estimated) Contract Performance Begins � 2 weeks after contract award or notice to proceed 7. 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. 8. This RFP is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a task order in response to this RFP. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 9. Questions regarding this RFP are due no later than 25 September 2020 and shall be submitted to the Contract Specialist Lacie Nowak at lacie.nowak@us.af.mil phone contact (612) 713-1433 with a courtesy copy to the Contracting Officer Chin Dahlquist at Chin.Dahlquist.1@us.af.mil Phone contact� (612) 713-1428. Fax for both is at (612) 713-1425. �������������������� � � � � � � � � � � � � � � � � � � Attachments: 1. Statement of Work, Security Camera Procurement and Installation at, Minn-St. Paul ARS, MN, 18 August 2020 2. NETCENTS-2 SOLUTIONS Network Operations (NetOps) and Infrastructure Small Business Performance Work Statement (PWS) dated 16 October 2019 3. Site Visit information 4. CLIN Structure 5. Instructions and Evaluation Criteria ATTACHMENT 3 � SITE VISIT INFORMATION 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, are included in any task/delivery order awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for� 23 September 2020 at 1000 (c) Participants will meet at-- 934th Contracting/PK 760 Military Highway Bldg. 729 Minneapolis, MN 55450-2100 Will require following security information � full name, date of birth, driver�s license number and state issued � please reach out to Lacie Nowak at lacie.nowak@us.af.mil phone contact (612) 713-1433 to confirm site visit and EAL request form to be mailed to you. All site visit information must be provided before: 21 September 2020 COB NOTE: REAL ID ACT IMPLEMENTATION Background: Contractors/Subs seeking access to Air Force installations using state identification from non-REAL ID compliant states such as, Minnesota, Missouri, Washington and American Samoa will no longer be authorized unescorted access without additional documentation. This is a result of the REAL ID Act of 2005. All Contractors/Subs are required to have the proper identification to access an Air Force installation. Contractors/Subs are sponsored onto base by Contract Specialists/Contracting Officers and are required to undergo a background check. This new change aligns the Air Force�s installation access policy with requirements of the REAL ID Act, which focuses on improving the reliability of state-issued identification documents, and helps prevent a person�s ability to evade detection by using a fraudulent form of ID. The federally approved enhanced driver�s license/REAL ID is currently only available at select State Driver�s License Exam Stations. Go to dps.mn.gov for more information. Contact Police Services at 612-713-1098 or the assigned Contract Specialist/Contracting Officer with any further questions. Authorized Forms of Identification: - Enhanced Driver's License/Photo ID - U.S. Passport/Passport Card - Military ID/DoD CAC - Federal Employee/Contractor ID Badge (PIV Card) ? ATTACHMENT 4 - CLIN STRUCTURE 3010 Installation Labor (include labor categories with hrs for each) 3040 Data (refer to DELIVERABLES in SOW if applicable) NOTE: Not Separately Priced. Price is included in CLIN 3010 NSP 3060 ODC - Installation Hardware � Security Camera Procurement and Installation (include list of hardware, with part #�s, manufacturer, quantities, unit price, and total price) (SEE ADDITIONAL NOTES BELOW) 3070 Travel TOTAL COST ATTACHMENT 5 - INSTRUCTIONS TO OFFERORS AND EVALUATION CRITERIA The Contractor shall submit a written price and technical proposal for consideration before the due date and time (see above) for this RFP.� Your proposal shall include the following: A Cover Letter that provides the following information: Contract number Small Business Status/Categories as appropriate Company contracting and technical point of contact along with email address, phone number, and title CAGE Code DUNS number A statement that your company understands the requirements specified in the Statement of Objectives and will meet the performance standards and requirements therein. A statement that your company does or does not take exception to any of the requirements of the Statement of Requirements or terms/conditions of this task order. A spreadsheet to provide the effort (labor categories and hours) and pricing required for this task order. Contractors are to propose to the following CLIN structure for this task order: 3010������ Installation Labor (include labor categories with hrs for each)� 3040������ Data (refer to Statement of Work, DELIVERABLES, if applicable) NOTE: Not Separately Priced. Price is included in CLIN 3010 NSP 3060������ Installation Hardware � Security Camera Procurement and Installation, refer to Statement of Work (Include list of hardware, with part #�s, manufacturer, quantities, unit price, and total price)�������� 3070������ Travel��� ��������������� TOTAL COST���� Include list of Installation Hardware as requested along with vendor quotes on all hardware/equipment. All responses must be written on 8-1/2� x 11� paper, using type 12-font, single spaced with a maximum of forty (40) pages.� A page printed on both sides count as two pages.� The proposal shall be clear, concise, and shall include detail for effective evaluation and for substantiating the validity of stated claims.� The proposal shall not simply rephrase the Government�s requirements but rather provide convincing rationale to address how the Offeror intends to meet these requirements.� Offerors shall assume the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the Offeror�s proposal.� Elaborate brochures or documentation, detailed artwork, or other embellishments are unnecessary and are not desired.� Each Offeror�s proposal shall contain the following as a minimum: TECHNICAL PROPOSAL INSTALLATION PLAN.� The proposal shall provide an approach for satisfying the technical objectives as identified in the Statement of Work.� The approach shall provide sufficient detail to clearly demonstrate the Offeror�s understanding and ability to accomplish the task.� Specific detail shall be provided to demonstrate the following criteria is satisfied: A design detailed sufficiently to demonstrate that the objectives of the Statement of Work are satisfied. List of materials, including the material specifications. The contractor shall provide a list of all codes, standards and specifications used to implement this project/task order. Drawings in Visio and *.pdf format depicting the entire pathway and details of the installation, including but not limited to: labeling, cables, As-Built Rack Elevation, As-Built OSP System, Inside Cable Plant drawings, paging wiring routes and speaker locations, premise wiring routes, patch panel locations, labeling, and drop locations. QUALITY CONTROL PLAN. The proposal shall provide a quality control plan clearly identifying the measures to be taken to ensure the quality of work including on-site and off-site technical and administrative support. STAFFING PLAN.� The proposal shall provide a staffing plan identifying the proposed staffing mix to assure coverage for the workload estimates provided to support the Communications relocation project.� The staffing plan will include proposed labor categories, experience, security clearances, and technical certifications of management and installation personnel for both on-site and off-site locations. SCHEDULE.� The proposal shall provide an installation schedule identifying the applicable milestones for the project through completion to include any required data submittals.� PRICE PROPOSAL.� Offerors shall provide a price proposal in their own format with a breakout of individual elements identified as follows: Material Price shall contain nomenclature, quantities, unit price, and extended price. All prices shall be limited to two decimal places. Labor Price shall contain labor classifications, rates, and the number of hours per classification Data (Not Separately Priced). Travel Price shall contain air fare, per diem, and auto rental. ODC (i.e. equipment rental). EVALUATION FACTORS/SUB FACTORS. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the technically acceptable Offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation. IAW FAR 16.505(b) (1) (ii), the specific ordering procedures for this acquisition are as follows: All technical proposals will be evaluated. The technical evaluation provides an assessment of the Offeror�s demonstrated understanding and capability to meet the Government�s requirements and will be rated on an acceptable/unacceptable basis at the sub factor level IAW the criteria provided for each sub factor. A failure in one or more of the four Technical sub factors will result in an unacceptable rating for the Technical Factor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the Offeror�s best terms from a price and technical standpoint. Discussions may be held with Offeror(s) receiving an unacceptable rating. Discussions will not be held with an Offeror whose proposal would require a complete revision. In the event that discussions with Offeror(s) are determined necessary, comments identifying deficiencies/clarifications in the technical and/or price proposal will be provided to said Offeror. The Offeror�s response shall include a narrative addressing all comments and a revised technical and/or price proposal if necessary to incorporate any and all changes. The Government intends to select one contractor for award. The government will evaluate each proposal against the entire Statement of Requirements based on the following factors: FACTOR 1 � TECHNICAL PROPOSAL SUB FACTOR 1 � INSTALLATION PLAN.� This sub factor is met when the Offeror provides a detailed installation plan that demonstrates a comprehensive and effective approach for accomplishing the objectives of the Statement of Objectives specifically as identified below:� A detailed design and installation plan that sufficiently demonstrates that all aspects and requirements of the Statement of Work are clearly understood and met IAW entire section and with subparagraphs of the Statement of Work. List of materials, including the material specifications and the lead times for the materials IAW Statement of Work. Clearly shown drawings in Microsoft Visio *.vsd (with a courtesy copy in *.pdf format) depicting details of the installation, including but not limited to: labeling, cables, butterfly drawings, inner-duct, bores, conduits, distance, building entrances, terminations and splices; per As-Built drawings requirements IAW Statement of Work. A list of the local, federal and state, etc codes/ standards/guidance and specifications used to implement this project/task order. A sound methodology and time schedule for testing the Camera installation system, proper resolutions of unsatisfactory test results and timeline for correcting any discrepancies IAW Statement of Work. SUB FACTOR 2 - QUALITY CONTROL PLAN. This sub factor is met when the Offeror provides a quality control plan that includes quality control definition, approach for quality control and how it will be applied, and methods for handling deficiencies. SUB FACTOR 3 - STAFFING PLAN.� This sub factor is met when the Offeror provides a staffing plan that meets the following criteria: A description of labor categories, number of personnel in each category, and short position title(s) indicating a sufficient number of on-site/off-site personnel in each category required to meet all contractual requirements. Evidence of training, experience, qualifications, certifications, and security clearances of the proposed on-site/off-site personnel. SUB FACTOR 4 - SCHEDULE.� This sub factor is met when the Offeror provides A schedule identifying the applicable milestones of the project through completion to include any required data submittals.� Period of Performance not to exceed 30 days after receipt of NTP IAW Statement of Work. FACTOR 2 � PRICE PROPOSAL.� The Offeror�s price proposal will be evaluated based on the total price. Prices which are excessively low may be considered unrealistic and unreasonable and may receive no further consideration.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9798a053180c4127b124a5aab366785b/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Zip Code: 55450
- Record
- SN05803241-F 20200920/200918230203 (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 |