Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

63 -- Eglin AFB - Brand Name Lenel ACS Bldg 13A

Notice Date
8/14/2020 1:24:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-20-Q-9044
 
Response Due
8/28/2020 12:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Kangsu Suh, Phone: 8508823349
 
E-Mail Address
kangsu.suh.1@us.af.mil
(kangsu.suh.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commodities 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; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-20-Q-9044. The Contracting Squadron at Eglin, AFB, Florida, requires Lenel Access Control System (ACS) in accordance with the State of Work �SOW Bldg 13A ACS� Pdf. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. Brand name justification is applicable to this solicitation and only submissions from an authorized Lenel ACS VAR will be accepted. The North American Industry Classification System code (NAICS) is 334290, Other Communications Equipment Manufacturing, with a small business size standard of 750 Employees. A firm fixed price contract will be awarded. There will be no advance payments. SITE VISIT INFORMATION: In response to the Coronavirus Disease 2019 (COVID-19) national emergency, a site visit will be conducted with social distancing guidelines in place. A face covering is mandatory when entering a building on base. Please ensure the assigned representatives are provided with one. Individuals failing to abide, will not be allowed to partake in the site visit. The site visit is scheduled for 19 August 2020 at 09:00 AM CDT. The contractor shall provide the last name, first name, date of birth, Origin of travel, Mode of travel, and intermediate stops of each individual attending the site visit. The information shall be provided to 2nd Lt Kangsu Suh (kangsu.suh.1@us.af.mil) via e-mail no later than 17 August 2020, by 2:00 PM (CDT), to allow for adequate processing time. Prohibitions: Firearms may not be brought on base under any circumstances. Individuals with criminal records are not allowed on base. Contractor personnel are prohibited from sponsoring guests onto the installation. Contractor employees will be denied access to the base if they have been convicted of have 2 misdemeanors within five years or any felony within 10 years. If a contractor employee has any convictions and has not coordinated with the contracting office in advance prior to incurring costs to fulfill contract requirements, the Government shall not be responsible for payment of any incurred costs. The site visit will begin at Bldg 13A on Eglin AFB, FL, 32542. Detailed instructions will be provided to confirmed attendees. If there are any issues or if your personnel will be late, they must notify the contract specialist. The Contract Specialist will not wait more than 15 minutes for no shows without prior communication. **NOTE: The Site Visit is not mandatory, but it is highly recommended. During any site visit, questions are asked and answered that can increase or clarify the understanding of the requirement. These questions and answers are to be submitted in writing and answered during the Q&A period, however, there is no guarantee all information will be captured and anything missed by not attending is at your own risk and will not be grounds for a claim after contract award IAW FAR 52.237-1.** The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001 FIRM-FIXED PRICE (QTY 1 EA) Lenel ACS FOB Destination The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) Offerors must submit quotations for all items described in the SOW.� Partial offers will not be considered for award. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� This may include product literature, or other documents, if necessary. All offerors are required to complete/provide: The Representations and Certifications (attachment #2). Review contract clauses and complete all applicable contract provisions (in red) that will be incorporated with the contract award (attachment #3). Proof of being an authorized Lenel ACS VAR. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective 03 August 2020, DFARS effective 05 June 2020, and AFFARS AFAC 2019-1001 (Effective: 1 October 2019) THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE: �SEE ATTACHMENT #3 THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE PROVIDED IN FULL TEXT: �SEE ATTACHMENT #3 All offers must list DUNS number, GAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/.� Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 28 August 2020 by 10:00AM CDT.� Any questions regarding this solicitation must be submitted no later than Friday, 21 August 2020. Any questions submitted after this date, may not be answered. Submit offers and questions to the attention of Kangsu Suh by email to kangsu.suh.1@us.af.mil and John P. Miner at john.miner.3@us.af.mil. Attachments: SOW Bldg 13A ACS dated 10 August 2020 Representations and Certifications FA2823-20-Q-9044 Contract Clauses and Provisions dated 10 August 2020 Building Schematics
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd3f0968b5cd4c7485ed1edb166a1b32/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05759177-F 20200816/200814230157 (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  © 1994-2020, Loren Data Corp.