Building Security System (locks)
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159176868358974 |
Posted Date: | Feb 2, 2023 |
Due Date: | Feb 16, 2023 |
Solicitation No: | FA483023Q0027 |
Source: | https://sam.gov/opp/b05dabe798... |
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.
- 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
- 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 31699USA
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
Document | File Size | Access | Updated Date |
|
498 KB
|
Public |
Feb 02, 2023
|
|
79 KB
|
Public |
Feb 02, 2023
|
- CP 229 257 2737 4380 B ALABAMA RD BLDG 932
- MOODY AFB , GA 31699-1700
- USA
- Eulalia D. Belin
- eulalia.belin@us.af.mil
- Phone Number 2292574704
- Sara Halbert
- sara.halbert@us.af.mil
- Phone Number 2292574721
- 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.