The RFP Database
New business relationships start here

Fire Truck Backup Cameras


South Carolina, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS


i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued.


ii. The synopsis/solicitation reference number is F1M32E9212AW04-1 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.


iii. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2019-06, Effective 10 Sep 2019.


iv. This acquisition is 100% small business set-aside under NAICS code 334310 with a size standard of 750 employees.


v. Contractor shall submit a quote for delivery, installation, and training of (19) Fire Truck Vehicle Backup Cameras in accordance with the Statement of Work. Please see attached Request for Quote (RFQ) document for specific items and quantities.


The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)


FAR 52.212-1, Instructions to Offerors - Commercial Items


FAR 52.212-2, Evaluation - Commercial Items


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. The following factors shall be used to evaluate offers in the following relative order of importance:
i. Price. The Government will evaluate the total price of the offer for award purposes.
ii. Technical capability of the item offered to meet the Government requirement.
iii. The Government will award a contract to the lowest priced technically acceptable offer.


FAR 52.212-3 Offeror Representations and Certifications - Commercial Items


a. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov.


The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.


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


FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.222-21 -- Prohibition of Segregated Facilities.
FAR 52.222-50 -- Combating Trafficking in Persons.
FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management


(xii) The following additional clauses are applicable to this procurement (not all inclusive):


FAR 52.211-17, Delivery of Excess Quantities
FAR 52.204-7, System for Award Management
FAR 52.204-7 Alt 1, System for Award Management - Alternate 1
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities
FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)
FAR 52.233-3, Protest After Award.
FAR 52.253-1, Computer Generated Forms
DFARS 252.204-7004, Alternate A. System for Award Management
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.246-7000, Material Inspection And Receiving Report
AFFARS 5352.201-9101 Ombudsman
5352.201-9101 OMBUDSMAN
An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.


Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.


The ombudsman has no authority to render a decision that binds the agency.


Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


(End of clause)


(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) Responses to this combined synopsis/solicitation must be received via email, by 17 September 2019, no later than 2:00 PM EST. Requests should be marked with solicitation number F1M32E9212AW04-1.


(xv) Questions can be addressed to Stephanie Woods, Contract Specialist, at (843) 963-4491 email stephanie.woods.7@us.af.mil and CC TSgt Bryan Coppage, Contracting Officer, at (843) 963-4735, email bryan.coppage@us.af.mil.


For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.gov


 


 


Stephanie R. Woods , Contract Specialist , Phone 8439634491, Email stephanie.woods.7@us.af.mil - Bryan Coppage, Contract Officer, Phone 8439633327, Email bryan.coppage@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP