Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2022 SAM #7610
SOLICITATION NOTICE

67 -- 6 Security Cameras- Edwards AFB CA 93524

Notice Date
9/29/2022 11:05:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930222Q0055
 
Response Due
10/4/2022 12:00:00 PM
 
Archive Date
10/19/2022
 
Point of Contact
John Walker, Phone: 6612771829, Denina Solomon
 
E-Mail Address
john.walker.68@us.af.mil, denina.solomon@us.af.mil
(john.walker.68@us.af.mil, denina.solomon@us.af.mil)
 
Description
The purpose of this Amendment 0003 to the Combined Synopsis Soclicitation is to: 1. Extend the solicitation to Tuesday October 04, 2022 @ 12:00 PM PST. 2. The types change in the system in certain places Clarification for RFI 42: The fiber to the cameras use multimode fiber with ST connectors 3. Multiple quotes are authorized but be mindful of the evaluation factors below:� The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2.Technical Acceptability Technically Acceptable Subfactors: ���� a. Ability to provide camera system and installation per specification in the SOW. ���� b. Experience - submit at least three (3) instances of providing camera system and installation. ���� Experience, for those offers submitting at least three (3) providing camera system and installation, quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on the criteria set forth above. COMBINED SYNOPSIS/SOLICITATION FA9302-22-Q-0055 (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued. (ii)� The solicitation number is FA9302-22-Q-0055 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective 12 Jul 2021, DFARS Publication Notice (DPN) 20210709 effective 9 Jul 2021, and Air Force Acquisition Circular (AFAC) 2021-0726, effective 26 Jul 2021. � (iv) This acquisition allows for a small business set-aside with an associated NAICS code of 334310 � Audio and Video Equipment Manufacturing, small business size standard of 75 Employees. The associated Service Code is 6710-Cameras, Motion Picture. (v) The scope of this project requires the contractor to provide six new cameras and install four per the requirements of this document. The cameras must meet the camera specifications of this document and must be approved by the government prior to contractor procurement. In addition, the contractor must meet all installation and system interface requirements. This shall include performing any post RF testing as required for any new penetrations made to ensure the chamber RF integrity has been maintained. Please see attached Statement of Work (SOW) Dated 15 August 2022 for all details. (vi) A Site Visit- is HIGHLY RECOMMENDED and will help to ensure that the quote is technically acceptable. All vendors interested in participation site visit must send an email to the contracting specialist to Denina Solomon at denina.solomon@us.af.mil and contracting officer John Walker at john.walker.68@us.af.mil by Tuesday September 13, 2022 2:00 PM PST. The anticipated date of site visit will be Monday September 19, 2022 at 0930 hrs. All questions before, or during site visit must be submitted in writing via email to the contracting officer. They will be answered and posted on SAM.gov. All questions need to be submitted by 20 September 2022 4:00PM PST. Required Info for Site Visit Visitors to be sent to the Contracting Officer: Include the visitor's name, date of birth (DOB), Driver�s License number and the state of issue (example-John Smith, DOB - MMDDYYYY; CA DL - 1234567).� Incorrect information may delay and/or prevent pre-coordinated vetting and will delay base access.� NOTE- All DRIVERS must have CURRENT registration and insurance documents with them.� Insurance documents may be provided via digital proof. Site visit is HIGHLY RECOMMENDED. (vii) The Government Place of Performance is 30 HOGLAN AVE BLDG 1030 EDWARDS AFB, CA 93524. All supply and install shall be F.O.B. Destination-Edwards AFB, CA 93524. (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, acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB.� Emails over this file size will not be received.) In addition the following information shall be included: 1.� Offeror Name 2.� Address 3. �CAGE Code 4.� Primary NAICS 5.� Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.) 6.� Payment Terms (net 30) or Discount 7.� Point of Contact & Phone Number 8.� Offeror Email address 9.� A spreadsheet the breaks down the price elements 10. Technical and Company Capability: a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm�s capabilities to provide the services and full extent of items as outlined within the SOW. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement. b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. (ix) FAR 52.212-2 Evaluation � Commercial Items, is applicable to this RFQ.� ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items The solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: � 1. Ability to provide all requirements in the attached Statement of Work, TAA compliant and, 2. Experience offers must submit at least three (3) instances of providing camera system and installation. � The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2.Technical Acceptability Technically Acceptable Subfactors: ���� a. Ability to provide camera system and installation per specification in the SOW. ���� b. Experience - submit at least three (3) instances of providing camera system and installation. ���� Experience, for those offers submitting at least three (3) providing camera system and installation, quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on the criteria set forth above. (x)� Offerors must include with their quote a completed copy of the provision at FAR� 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications�Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2015) applies. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. (xv)�QUOTES ARE DUE NO LATER THAN 1630 PST on 23 September 2022. Now 04 October 2022 at 12:00 PM PST (xvi)� Quotes shall be submitted electronically to contracting specialist to Denina Solomon at denina.solomon@us.af.mil and contracting officer John Walker at john.walker.68@us.af.mil. � The offeror agrees to hold the prices in its quote firm for 30�calendar days from the date specified for receipt of quotes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation. Attachment: Statement of Work (SOW) Solicitation FA9302-22-Q-0055
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5dcd614fc40548fba3e377fb6a532ad0/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06483072-F 20221001/220929230128 (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 |
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.