Wyoming Bids > Bid Detail

IACP Camera System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159197835655663
Posted Date: Sep 8, 2023
Due Date: Sep 15, 2023
Solicitation No: FA461323Q1046
Source: https://sam.gov/opp/460065b6a9...
Follow
IACP Camera System
Active
Contract Opportunity
Notice ID
FA461323Q1046
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Sep 08, 2023 03:02 pm MDT
  • Original Published Date: Aug 23, 2023 08:10 am MDT
  • Updated Date Offers Due: Sep 15, 2023 10:00 am MDT
  • Original Date Offers Due: Sep 12, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6710 - CAMERAS, MOTION PICTURE
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

AMENDMENT 1 - Attached QUESTIONS, Revised Attachment 2, SOW, and extended proposal due date to 15 Sep 2023.





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1046



Purchase Description: IACP Camera System





This is a Combined Synopsis Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov website as a 100% Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1046, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334310, with a small business size standard of 750 employees.



The Government intends to award one (1) Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2023-04 effective 2 June 2023, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 07/20/2023 and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2023-0707 effective 7 July 2023.



DESCRIPTION OF ITEMS/SERVICES: ALL CLINS F.O.B DESTINATION



The contractor shall provide, assemble, and finish a new, fully functional, Installation Access Control Point (IACP) Camera System and provide a comprehensive functional training for the end users. The contractor shall provide a 5-year warranty for the camera system, to include all parts, labor, transportation, any other costs associated with on-site repair within a 24-hour response time. The contractor shall furnish ALL labor, materials, equipment, transportation (shipping and delivery), tools, supplies, and ALL other direct/indirect costs to complete the project as defined below. The contractor shall deconstruct, remove, and dispose of broken/non-functional hardware. The contractor’s quote shall satisfactorily address all the re-equipment’s and camera system requirements identified with Attachment 2, Statement of Work.



CLIN 0001- CAMERA INSTALL/UPGRADE AT GATE 1/BLDG 425 $ ________________



CLIN 0002- CAMERA INSTALL/UPGRADE AT GATE 2/BLDG 527 $________________



CLIN 0003- CAMERA INSTALL/UPGRADE AT GATE 5/BLDG 2227 $________________



CLIN 0004- CAMERA INSTALL/UPGRADE AT VEHICLE INSPECTION BAY $________________



CLIN 0005- IACP CAMERA SYSTEM 5-YEAR WARRANTY WITH



ON-SITE REPAIRS AND 24-HOUR RESPONSE TIME $________________





TOTAL PRICE (CLINs 0001 through 0005) $________________



TOTAL PRICE shall include ALL costs associated with this requirement in accordance with Attachment 2, Statement of Work.





PERIOD OF PERFORMANCE/PERFORMANCE:



Must be completed within 180 Days after Contract Award





PLACE OF DELIVERY: F.E. WARREN AFB, CHEYENNE, WY





******SITE VISIT******



IT IS THE CONTRACTOR’S RESPONSIBILITY TO CONFIRM ALL EQUIPMENT, MEASUREMENTS, ETC. ATTENDANCE TO THE SITE VISIT IS HIGHLY RECOMMENDED.



A site visit of the facility will be conducted Tuesday, 29 August 2023; 9:00 AM Mountain Time (MT). If your company plans to attend, please notify this office no later than 2:00 PM MT, Friday 25 August 2023. Please email brittany.vincent.2@us.af.mil AND mimi.robertson_lake@us.af.mil



In the event that you require base access passes, please state the need in your site visit confirmation email. FAILURE TO PROVIDE CONFIRMATION OF ATTENDANCE WILL RESULT IN BASE ACCESS DENIAL.



QUESTIONS MUST be emailed and received no later than Wednesday 30 August 2023; 10:00 AM MT to mimi.robertson_lake@us.af.mil and maria_lourdes.bustillo@us.af.mil



ALL QUOTES MUST be received by email no later than Friday, 15 September 2023; 10:00 AM MT to mimi.robertson_lake@us.af.mil and maria_lourdes.bustillo@us.af.mil.



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.





APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in Attachment 1, Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.



(ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items



FAR 52.212-1 is hereby tailored as follows:




  1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (if applicable)

  2. After receipt of quotes, the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

  3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.

  4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.

  5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission.




  1. Technical Quote shall include the following at a minimum:


    1. A description of materials/equipment which includes specifications and part numbers for items in the vendor’s proposed solution to which it intends to satisfy the results/objectives specified in Attachment 2, Statement of Work (SOW).

    2. A Proposed plan/design to upgrade the camera system that clearly shows the understanding of the requirements in accordance with Attachment 2, SOW.

    3. The vendor shall provide a Schedule detailing its delivery and installation plan to which it intends to meet requirements listed in Attachment 2, SOW and complete the project within 180 days after contract award.

    4. A signed statement confirming ALL employees working on this contract are qualified personnel and U.S. citizens in accordance with Section 6.1 of the SOW.

    5. A list of similar projects completed



  2. Price Quote shall include the following, at a minimum:

    1. A price breakdown of each CLIN, i.e., materials, labor, equipment, travel, other, etc.

    2. Firm-fixed price for each CLIN and a TOTAL of ALL CLINs

    3. Discounted terms





The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government seeks to award to the offeror who gives the Government the greatest confidence that it will best meet or exceed the requirements affordably in a way that will be advantageous to the Government. This may result in an award to a higher rated, higher priced offeror where the decision is consistent with the evaluation factors and the Government reasonably determines that the technical superiority and/or overall business approach of the higher priced offeror outweighs the cost difference. While the Government will strive for a maximum objectivity, this best value process, by its nature, is subjective; therefore, professional judgement is implicit throughout the selection process. The following factors shall be used to evaluate offers:




  1. Technical capability/acceptance- The Government will evaluate the vendor’s Technical Quote to determine whether the proposed solution provides a clear understanding of the Statement of Work and the solution accomplishes/satisfies the desired results/objectives of the Statement of Work. Technical data/documents as required and listed above shall be evaluated. Technical acceptability will be determined using the following Adjectival Ratings:


    1. OUTSTANDING- Proposal indicated an exceptional approach and understanding of the requirements and contains multiple strengths.

    2. GOOD- Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength.

    3. ACCEPTABLE- Proposal indicated an adequate approach and understanding of the requirement.

    4. MARGINAL- Proposal has not demonstrated an adequate approach and understanding of the requirements.

    5. UNACCEPTABLE- Proposal does not meet requirements of the solicitation and, thus, contains one or more deficiencies and is unawardable.



  2. Price- No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information form the offeror to the extent required to determine the reasonableness of the offered prices. The Government may determine that an offer is unacceptable if the breakdown of price are significantly unbalanced.



A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specifies in the offer, shall result in a binding contract without further action by either party. The Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless written notice of withdrawal is received before award.



Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications- Commercial Items) (Dec 2022) or indication that offeror representations and certifications are in System for Award Management (SAM).



(End of Provision)



DELIVERABLES:




  1. Price quote which identifies the requested item(s), inclusive of ALL costs, i.e. shipping, delivery, assembly, installation, testing and on-site training in accordance with the SOW

  2. Total Firm Fixed Price

  3. Any Discount Terms

  4. Delivery Date – to be completed within 180 days after contract award

  5. Technical Submission Requirements as stated aabove in 52.212-1

  6. Price Submission Requirements as stated above in 52.212-1

  7. Cage Code

  8. Company name, physical address, point of contact, phone number, and email address.



(End of provision)



FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021)



FAR 52.212-2 is hereby tailored as follows:




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

    1. Technical acceptability of the product offered: Brochures, photos and specifications are required showing requirements are met as listed on this solicitation and in accordance with the SOW. A description of materials/equipment which includes specifications and part numbers for items in the vendor’s proposed solution to which it intends to satisfy the results/objectives specified in Attachment 2, Statement of Work (SOW). A Proposed plan/design to upgrade the camera system that clearly shows the understanding of the requirements in accordance with Attachment 2, SOW. A schedule detailing its delivery and installation plan to which it intends to meet requirements listed in Attachment 2, SOW and project completion within 180 days after contract award. A signed statement confirming ALL employees working on this project are qualified personnel and U. S. citizens. A list of similar projects completed. CPARS and past performance records will be evaluated.

    2. Price: Award will be made to the vendor with the highest adjectival rating. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to the extent required to determine the reasonableness of the offered prices.

    3. All quotes will be evaluated for Technical Acceptability.



  2. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)



ATTACHMENTS



Attachment 1 – Provisions and Clauses



Attachment 2 – Statement of Work dated 8 Sep 2023




Attachments/Links
Attachments
Document File Size Access Updated Date
IACP Camera System QUESTIONS.pdf (opens in new window)
588 KB
Public
Sep 08, 2023
Attachment 2 SOW 8 Sep 2023.pdf (opens in new window)
305 KB
Public
Sep 08, 2023
Attachment 1- Provisions and Clauses.pdf (opens in new window)
346 KB
Public
Aug 23, 2023
Attachment 2-SOW.pdf (Deleted)
214 KB
Public
Sep 08, 2023
file uploads

Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • 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 >