Georgia Bids > Bid Detail

Building Security System (locks)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159176868358974
Posted Date: Feb 2, 2023
Due Date: Feb 16, 2023
Solicitation No: FA483023Q0027
Source: https://sam.gov/opp/b05dabe798...
Follow
Building Security System (locks)
Active
Contract Opportunity
Notice ID
FA483023Q0027
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4830 23 CONS CC
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 03:35 pm EST
  • Original Date Offers Due: Feb 16, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Moody AFB , GA 31699
    USA
Description

GENERAL STATEMENT:



This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein.



SOLICITATION INFORMATION



Solicitation Number: FA483023Q0027



[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)



REGULATION IDENTIFICATION:



This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective 01/31/2023.



NOTICE OF SMALL BUSINESS SET-ASIDE:



Set-aside Type



SB



NAICS Size Standard



561621



LISTING/DESCRIPTION OF ITEMS:



CLIN #



DESCRIPTION



QTY



UNIT



0001



Building Security Upgrade for 41st RQS



(See attached Statement of Objectives, and Floor Plan)



1



Ea



0002



Building Security Upgrade for 38th RQS



(See attached Statement of Objectives, and Floor Plan)



1



Ea



DELIVERY INFORMATION:



FOB: [X] Destination



[ ] Origin



Place of Delivery:



Moody AFB



Requested Date of Delivery:



15 Mar 2023



INSTRUCTIONS TO OFFERORS:



The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.



EVALUATION OF OFFERS:



The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.



The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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:



(Lowest Price Technically Acceptable or Price Trade-Off)



(1) Price



(2) Technical Acceptability



(a) In order for this quote to be considered “Technically Acceptable” it must meet the requirement of Statement of Objective





The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.



OFFEROR REPRESENTATIONS AND CERTIFICATIONS:



Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2022), with your quote.



If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.



If offeror has not completed annual representations and certifications in SAM then paragraphs (c-u) need to be submitted.



CONTRACT TERMS & CONDITIONS:



The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.





REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:



The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Dec 2022), applies to this acquisition.



The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition:



Clause Number



Clause Title



FAR 52.219-6



Notice of Total Small Business Set Aside



FAR 52.219-28



Post Award Small Business Program Representation



FAR 52.222-3



Convict Labor



FAR 52.222-19



Child Labor-Cooperation with Authorities and Remedies



FAR 52.222-21



Prohibition of Segregated Facilities



FAR 52.222-26



Equal Opportunity



FAR 52.222-50



Combating Trafficking in Persons



FAR 52.223-18



Encouraging Contractor Policies to Ban Text Messaging While Driving



FAR 52.225-1



Buy American--Supplies



FAR 52.225-13



Restrictions on Certain Foreign Purchases



FAR 52.232-33



Payment by Electronic Funds Transfer- System for Award Management



ADDITIONAL CONTRACT REQUIREMENTS:



(1) Offeror shall include all warranty requirements and documentation with quote.



(2) Offerors shall identify how long the quote is valid for.



Additional provisions and clauses applicable to this requirement:



Type



Number



Title



Clause



FAR 52.203-19



Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



Provision



FAR 52.204-7



System for Award Management



Clause



FAR 52.204-13



System for Award Management Maintenance



Clause



FAR 52.209-6



Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment



Provision



FAR 52.211-6



Brand Name or Equal ***if using “or equal” item descriptions***



Clause



FAR 52.232-39



Unenforceability of Unauthorized Obligations



Clause



FAR 52.232-40



Providing Accelerated payments to Small Business Subcontractors



Clause



FAR 52.245-1



Government Property ***(Delete if not providing GFP, Do not use for repair contracts if repair item doesn’t exceed SAT)***



Clause



FAR 52.245-9



Use and Charges ***(Delete if not providing GFP, Do not use for repair contracts if repair item doesn’t exceed SAT)***



Clause



FAR 52.246-16



Responsibility for Supplies



Clause



FAR 52.247-34



F.O.B. Destination



Provision



FAR 52.252-1



Solicitation Provisions Incorporated by Reference



(Fill-in Text)



- http://farsite.hill.af.mil



Clause



FAR 52.252-2



Clauses Incorporated by Reference



(Fill-in Text)



- http://farsite.hill.af.mil



Clause



DFARS 252.203-7000



Requirements Relating to Compensation of Former DoD Officials



Clause



DFARS 252.203-7002



Requirement to Inform Employees of Whistleblower Rights



Provision



DFARS 252.203-7005



Representation Relating to Compensation of Former DoD Officials



Clause



DFARS 252.204-7003



Control of Government Personnel Work Product



Provision



DFARS 252.204-7004, Alt A,



System for Award Management Alternate A



Provision



DFARS 252.204-7011



Alternative Line Item Structure



Clause



DFARS 252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



Clause



DFARS 252.211-7003



Item Unique Identification and Valuation



Clause



DFARS 252.211-7007



Reporting of Government-Furnished Property ***(If GFP is included in the contract and 52.245-1 is included)***



Clause



DFARS 252.223-7008



Prohibition of Hexavalent Chromium



Clause



DFARS 252.225-7001



Buy American and Balance of Payments Program



Clause



DFARS 252.225-7002



Qualifying Country Sources as Subcontractors



Clause



DFARS 252.225-7048



Export-Controlled Items



Clause



DFARS 252.232-7003



Electronic Submission of Payment Requests



Clause



DFARS 252.232-7006



Wide Area Workflow Payment Instructions



Clause



DFARS 252.232-7010



Levies on Contract Payments



Provision



DFARS 252.239-7009



Representation of Use of Cloud Computing



Clause



DFARS 252.239-7010



Cloud Computing Services



Clause



DFARS 252.243-7001



Pricing of Contract Modifications



Clause



DFARS 252.244-7000



Subcontracts for Commercial Items



Clause



AFFARS 5352.201-9101



Ombudsman



129 Thompson St., Bldg 586, Rm 129



Langley AFB, VA 23665-2769



Phone Number: 757-764-5372, Fax: 757-764-4400





DPAS APPLICABILITY:



This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).



SOLICITATION CLOSING INFORMATION:



Quotes are due by: 16 Feb 2023, @ 15:00 PM EST.



Quotes must be received by the closing date stated above. Submit quotes by email.



POINT OF CONTACT:



The point of contact for this acquisition for any questions and for submission of quotes is:



EULALI D. BELIN



Contracting Officer



(229) 257-4704



Email: eulalia.belin@us.af.mil


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • CP 229 257 2737 4380 B ALABAMA RD BLDG 932
  • MOODY AFB , GA 31699-1700
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 02, 2023 03:35 pm ESTCombined Synopsis/Solicitation (Original)

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 >