Wyoming Bids > Bid Detail

IACP Camera System

Agency:
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159588648178324
Posted Date: Sep 27, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/047cbec25e...
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
AIR FORCE GLOBAL STRIKE COMMAND
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 26, 2023 05:10 pm MDT
  • Original Published Date: Aug 23, 2023 08:10 am MDT
  • Updated Date Offers Due: Sep 29, 2023 09:00 am MDT
  • Original Date Offers Due: Sep 12, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 14, 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

Amendment 2 - Revised solicitation extending due date to 29 Sep 23 at 9am, Revised attachment 1 provisions & clauses, Revised attachment 2 SOW, and Added Attachment 3 Wage Determination. This is a significant change to the previous version and should be reviewed in it's entirety before submitting quotes or revised quotes.



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



AMENDMENT 2 - Revised Attachment 2, SOW, and extended proposal due date to 9:00am on 29 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 as of the date this solicitation was issued, through the Federal Acquisition Regulation, Defense Federal Acquisition Regulation Supplement and Department of the Air Force Federal Acquisition Regulation Supplement.



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 minimum one-year warranty for the camera system, to include all parts, labor, transportation, any other costs associated with on-site repair within a 72-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 requirements identified 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******



A site visit of the facility was conducted Tuesday, 29 August 2023; 9:00 AM Mountain Time (MT). No additional site visits will be conducted.



ALL QUOTES MUST be received by email no later than Friday, 29 September 2023; 9:00 AM MT to mimi.robertson_lake@us.af.mil and robert.williams.187@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



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023)



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.



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 will not consider late quotes.  Failure of a quote to address any items required in the submission package may make a quote unacceptable.



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



5.1.1. Cover Page to include (or a completed copy of Attachment 6 – Offeror Quote Supplement Form to include the offeror’s)



5.1.1.1. Company Name and Company Doing Business As (if applicable)



5.1.1.2. Physical Address



5.1.1.3. Cage code and/or Unique Entity ID



5.1.1.4. Point of Contact



5.1.1.5. Phone number



5.1.1.6. Email address



5.1.1.7. Business Type



5.1.2. Firm Fixed Pricing to include:



5.1.2.1. Price Per CLIN



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.



5.1.2.2. Discount Terms (if applicable)



5.1.2.3. Quote Number (if applicable)



5.1.2.4. Quote Valid Until Date



5.1.3. Past Experience



5.1.3.1. Contractor shall provide at least two contracts/projects that shows the capability to



install new camera systems and video surveillance systems of equivalent quality and size within the last three years by providing the following information.



5.1.3.1.1 Contract number



5.1.3.1.2 Place of performance



5.1.3.1.3 Description of services provided



5.1.3.1.4 Contract/customer POC: name, phone number, and email



NOTE: Government/non-government contracts within the previous three years are accepted that shows offeror served as either primary contractor or subcontractor responsible for contract performance.



5.1.4. Technical Capabilities



5.1.4.1 Technical Quote shall include the following at a minimum:



5.1.4.1.1 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).



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



5.1.4.1.3 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.



5.1.4.1.4 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.



(End of provision)



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



Paragraph (a) is hereby replaced with the following:



(a) 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. Award will be made to the responsive, lowest priced, technically acceptable offer (LPTA) that meets all requirements of this solicitation. Quotes that do not include all requested information, in paragraph 5 of FAR 52.212-1 above, will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:



1.1 Price:



1.1.1 The lowest priced quote will be evaluated for technical acceptability first in accordance with paragraph 3.1 below. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



1.1.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



1.1.3. Pricing must meet the requirements/specifications in FAR 52.212-1, subparagraph 5.1.2. 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 to the extent required to determine the reasonableness of the offered prices.



2.1 Past Experience



2.1.1 The Government shall evaluate the past experience submitted IAW FAR 52.212-1, subparagraph 5.1.3. If at least two of the past experiences submitted with the offer meet these requirements, the offer shall receive a rating of “Acceptable” for the Past Experience evaluation factor. If less than two of the past experiences submitted with the offer do not meet these requirements, the offer shall receive a rating of “Unacceptable” for the Past Experience evaluation factor and will be ineligible for award. If less than two past experiences are submitted with the offer, the offer shall receive a rating of “Incomplete” for the Past Experience evaluation factor and will be considered non-responsive to this solicitation and ineligible for award.



3.1 Technical Capabilities



3.1.1 The Government shall evaluate the Technical Capabilities of the offeror IAW FAR 52.212-1, subparagraph 5.1.4 and the requirements identified in Attachment 2 (SOW). If the technical capabilities submitted with the offer meet or exceed these requirements, the offer shall receive a rating of “Acceptable” for the Technical Capabilities evaluation factor. If the technical capabilities submitted with the offer do not meet these requirements, the offer shall receive a rating of “Unacceptable” for the Technical Capabilities evaluation factor and will be ineligible for award.



(End of Provision)



ATTACHMENTS:



Attachment 1 – Provisions and Clauses



Attachment 2 – Statement of Work dated 26 Sep 2023



Attachment 3 – Wage Determination




Attachments/Links
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 >