Ohio Bids > Bid Detail

HQ AFMC DSH Cameras and Security System Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159454262288417
Posted Date: Dec 13, 2022
Due Date: Jan 5, 2023
Solicitation No: FA860123Q0052
Source: https://sam.gov/opp/1a7e19edcf...
Follow
HQ AFMC DSH Cameras and Security System Equipment
Active
Contract Opportunity
Notice ID
FA860123Q0052
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 13, 2022 03:19 pm EST
  • Original Published Date: Dec 09, 2022 02:19 pm EST
  • Updated Date Offers Due: Jan 05, 2023 03:00 pm EST
  • Original Date Offers Due: Jan 05, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 06, 2023
  • Original Inactive Date: Jan 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 423410 - Photographic Equipment and Supplies Merchant Wholesalers
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description View Changes

UPDATE: Site Visit date 19 Dec 2022 from 9:30am to10:30am,



Address: 4375 Chidlaw Rd, Wright-Patterson AFB, Ohio 45433, Building 262



Vendors must contact: gregory.swiger.2@us.af.mil, 937-257-6584



to RSVP and arrange base access.



All requests must be submitted NLT 12pm 15 Dec 2022



This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for HQ AFMC/DSH, Cameras and Security System Equipment, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.





This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2021-06, effective 10 June 2021; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200114, effective 14 January 2020; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2019-1001, effective 1 October 2019.





This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:





1. Conforms to the requirements of the combined synopsis/solicitation.

2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.

3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.





The combined synopsis/solicitation number for this requirement is FA8601-23-Q-0052 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

The associated North American Industrial Classification System (NAICS) code is 423410 with a small business size standard of 200 employees. This acquisition is set aside for small business. Any qualified offeror may submit a proposal.





NAICS Code: 423410 – PHOTOGRAPHIC EQUIPMENT AND SUPPLIES MERCHANT WHOLESALERS





Small Business Size Standard: 200 Employees





Acceptable means of Submission: All submissions must be submitted electronically to the following email address candice.snow@us.af.mil by Thursday, 5 January 2023 at 3:00 P.M. EST.





Any correspondence sent via e-mail must contain the subject line “FA8601-23-Q-0052, AFMC/DSH, Cameras and Security System Equipment, The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation.

Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. Failure to agree to the terms & conditions may result in the proposal to be determined non-responsive and as a result may not be selected for award. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.





Delivery Schedule: Installation after contract award.

Delivery Destination: HQ AFMC/DSH





Ship to DoDAAC: F4FFAV

Attn: Greg Swiger

Building 262

4375 Childlaw Rd

Wright Patterson AFB, OH 45433





Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)





Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.

Requirement:





HQ AFMC/DSH, Cameras and Security System Equipment, in accordance with (IAW) the Statement of Work (SOW) dated 25 November 2022, Minimum Technical Requirements.





The anticipated award is Firm-Fixed Price.





Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.





Price: The Government will evaluate the price by adding the total of all line item prices, including all options.

The proposals may be in any format but MUST include:

1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.

2. Point of contact’s name, phone, and email.

3. Proposal number & date.

4. Timeframe that the proposal is valid.

5. Individual item price.

6. Total price (Net 30), No Progress Payments.

7. Shipping (FOB Destination).

8. Completed copy of representations and certifications (Attachment 2)

9. Itemized price-list which includes the dimensions and specification of each typical.

10. Provide overall floorplan drawing, overall 3D rendered floorplan, and detailed 3D renderings for each typical.





Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).

Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS

The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:

(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.

(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.

Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal.

Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.





Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.





Technical Proposal: Describe how the offeror will provide for the cameras and security system equipment as described in the SOW.

CLIN Structure found in Attachment 3 and Provisions and Clauses can be found in Attachment 3.





Attachments:

1. Statement of Work

2. Offeror Reps & Certs

3. CLIN Structure, Clauses and Provisions

4. FAR 52.204-24

5. FAR 52.204-25

6. Memo for 2019-009 Interim FAR Rule





Please direct all questions to Emmeline Spaulding, emmeline.spaulding@us.af.mil .





UPDATE: Site Visit date 19 Dec 2022 from 9:30am to10:30am,



Address: 4375 Chidlaw Rd, Wright-Patterson AFB, Ohio 45433, Building 262



Vendors must contact: gregory.swiger.2@us.af.mil, 937-257-6584



to RSVP and arrange base access.



All requests must be submitted NLT 12pm 15 Dec 2022


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >