The RFP Database
New business relationships start here

Hanscom AFB B1604 VTC System


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

 
 Combined Synopsis/Solicitation

Video Teleconference (VTC) System for B1604 Conference Room

Hanscom, AFB

Contract Specialist: Maggie Main

Procurement Contracting Officer (PCO): Christian Salinas

 

1.  This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) USubpart 12.6U, 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.

 

***NOTE***

All instructions, templates and formats contained herein shall explicitly be adhered to; otherwise, a quote is determined to be incomplete and shall not be considered for award.

 

2.  Solicitation Number: FA2835-18-Q-0084

 

3.  This Synopsis/Solicitation is issued as a Request for Quote (RFQ)

 

4.  Provisions and clauses in effect through Federal Acquisition Circular FAC 2005-100

 

5.  Small Business Set-Aside: 100% Total Small Business Set-Aside 

 

6.  NAICS Code: 238210 Electrical Contractors and Other Wiring Installation Contractors

 

7.  Small Business Size Standard: $15M

 

8.  Type of contract: Fixed Firm Price (FFP)

 

9. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A

 

10. The Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable) shall be submitted according to the following Bid Schedule:

 





Contract Line Item No. (CLIN)



Service



Qty.



Unit



Total





0001



Equipment



 



Each




$





0002



Equipment Installation



 



Lot




$





0003



Support/ Warranty Year 1



 



Each




$





1001



Support/ Warranty Year 2 (Option Year 1)



 



Each




$





2001



Support/ Warranty Year 3

(Option Year 2)



 



Each




$





 

11.  Description of requirements for the items/services to be acquired:

 

12.  Date of Delivery / Period of Performance:

CLIN 0001 Equipment: 90 days from the Date of Award

CLIN 0002 Equipment Installation: 90 days from the Date of Award

CLIN 0003 Support/ Warranty Year 1: 365 days from the project/action Acceptance Date, once the equiment is completely installed.

CLIN 1001 Option Year: Support/ Warranty Year 2: 365 days from the date Support/ Warranty year 1 expires.

CLIN 2001 Option Year: Support/ Warranty Year 3: 365 days from the date Support/ Warranty year 2 expires.

 

13.  Place(s) of Delivery and Acceptance: B1604, 5 Eglin St, Hanscom AFB, MA 01731.

                                                

14.  FOB Point: DESTINATION

 

15. Attachments:

 

•a)      Statement of Work (SOW)

•b)      Specifications Attachment

•c)      Bid Schedule

16. The name and telephone number of the individuals to contact for information regarding the solicitation is: Contract Specialist Maggie Main at (781) 225-0144 or at 31Tmaggie.main@us.af.mil31T or Contracting Officer Christian Salinas at (781) 225-0198 or christian.salinas@us.af.mil.      

 

17.  Additional Information:

 

Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award.   If you are not registered you may make a request through the SAM website at http://www.sam.gov.

 

If any vendor has not completed the provision FAR 52-212-3 with ALT 1, Offeror Representations and Certifications -Commercial items electronically at the System for Award (SAM) http://www.sam.gov website, the vendor shall complete only paragraphs (c) through (o) of the provision and submit it in their proposal, A vendor shall complete only paragraph (b) of the provision if sections of their electronic Reps and Certs are updated or are not applicable for/to this specific solicitation.

 

In accordance with DFARS 252.232-7003(b)(1) all invoices shall be submitted via Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. ; (Procedures and POC's specific to this contract will be added to the contract). The Awardee will be responsible to self-register, and to use the Web Based Training (WBT) tool to learn how to submit an Invoice and Receiving Report (Combo).

 

18.  The provision at FAR 52.212-1 Instructions to Offerors and FAR 52.212-2 Evaluation - Commercial Items apply to this acquisition.


 

The following is to be added to FAR 52.212-1(b):


 

•A.    Please provide your price quote based on the provided bid schedule in paragraph 10.

•B.     The quote in its entirety shall not exceed five (5) pages, double sided.

•C.     The site visit for this acquisition will be on 19 September, 2018 at 10:00AM EST. Please be at the Hanscom AFB Visitor Control Center at Bldg. 1617, Old Bedford Rd., Hanscom AFB, MA 01731 at 9:30AM EST to allow enough time to obtain Visitor Passes. The contractor shall obtain base identification and vehicle passes for all visitors. Please email Contract Specialist Maggie Main at 31Tmaggie.main@us.af.mil a list with the full name of all the company's attendees BY 4:00PM, 18 SEPTEMBER. Each individual must possess a valid form of ID, driver's license or passport, and registration and proof of insurance for each vehicle, including rentals.  Please be aware that despite the legalization of marijuana in the State of Massachusetts, 31Tunder 21 U.S.C. § 812 and 21 U.S.C. § 844, marijuana possession remains a federal offense, and it is not allowed in Federal installations.

•D.    Offers are due on or before 25 September, 2018 by 4:00pm EST.

•E.     Offers shall be emailed to Contract Specialist Maggie Main at (781) 225-0144 or at 31Tmaggie.main@us.af.mil31T and/or Contracting Officer Chrisitian Salinas  at christian.salinas@us.af.mil31T. DO NOT post offers to FedBizOpps.

•F.      Please request read receipt on all submitted quotes.

•G.    All questions are due on or before 20 September, 2018 by 4:00pm EST; answers will be posted to FedBizOpps not later than close of business day 21 September, 2018.

 

19.  The Following Provisions Are Incorporated By Full Text:

 

FAR 52.212-2 Evaluation - Commercial Items (Oct 2014)

 

(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:

 

•(i)               Price

•(ii)                        Technical Acceptability


A Technically acceptable quote will include the following:

1. The contractor will have a current SAM registration with a Small Business certification.

2. The contractor will be registered under NAICS code 238210.

3. The contractor must be certified as small business under NAICS code 238210.

4. The contractor can meet the technical requirements for the equipment and labor required by the Statement of Work (SOW) .

5. The contractor shall send a detailed list of all the equipment and technical specifications proposed for evaluation.

 

(b) Award will be made on the basis of the Lowest Evaluated Price of Technically Acceptable   quotes in accordance with FAR 13.106-2. The lowest quote will be evaluated first for technically acceptability. If the lowest quote is deemed technically unacceptable, then the Government will evaluate the next lowest priced quote until technical acceptability is established, and award is granted.

 

(c) 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.

 

(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

 

(End of Provision)

 

52.237-1 -- Site Visit (Apr 1984)
 
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

 

(End of Provision)

 

 

FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998)

 

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at 31Thttp://farsite.hill.af.mil31T.

 

(End of Provision)

 

20. The Following Provisions are Incorporated by Reference:

 


FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (APR 2010)

FAR 52.217-5 Evaluation Exclusive of Options (Apr 1984)


 


 

 

21.  The Following Clauses Are Incorporated By Reference:

 

52.203-12 - Limitation On Payments To Influence Certain Federal Transactions

52.203-18 - Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation

FAR 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards.

FAR 52.204-13 - System for Award Management Maintenance

FAR 52.204-18 - Commercial and Government Entity Code Maintenance


FAR 52.204-19 - Incorporation by Reference of Representations and Certifications (DEC 2014)


FAR 52.212-4 - Contracts Terms and Conditions - Commercial Items


FAR 52.217-8 Option to Extend Services (Nov 1999)


FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)


FAR 52.219-28 - Post-Award Small Business Program Representation (JUL 2013)


FAR 52.219-14 - Limitation on Subcontracting (JAN 2017)


FAR 52.223-5 - Pollution Prevention and Right-to-Know Information


FAR 52.232-1 - Payments


FAR 52.233-3 - Protest After Award


FAR 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984)


DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013)


DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992)


DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information (NOV 2013)


DFARS 252.223-7006 - Prohibition On Storage And Disposal Of Toxic And Hazardous Materials


DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (JUN 2013)


DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors (DEC 2012)


DFARS 252-225-7048 - Export-Controlled Items (JUN 2013)


DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)

DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (MAY 2013)

DFARS 252.232-7010 - Levies on Contract Payments (DEC 2006)

DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013)


 


22.  The Following Clauses Are Incorporated By Full Text:

 

FAR 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUNE 2016)

(a) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)

(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d) (2) and (3), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

(xi) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 

52.252-2 -- Clauses Incorporated by Reference (Feb 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: 31Thttp://farsite.hill.af.mil/farsite.html31T

 

(End of Clause)

 


5352.201-9101 OMBUDSMAN (24 OCT 2014)


 


(a) 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 interested party to another official who can resolve the concern.


 


(b) 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 31TOMB Circular A-7631T competition performance decisions).


 


 (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen,


 


                                Lt Col Peter Sandness

Ombudsman

AFLCMC/AQ-AZ

Acquisition Excellence Directorate

(937) 255-5512 or DSN 785-5512

Email: peter.sandness@us.af.mil

2640 Loop Road West

Wright Patterson AFB, OH  45433


Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, 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) 256-2397, facsimile number (571) 256-2431.


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


(e) 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)

 

AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012)

 

(a) Contractors shall not:

 

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

[Note: This prohibition does not apply to manufacturing.]

 

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 are Class I ODSs:

 

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

 

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(End of clause)

 

AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)

 

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and

(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.

(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.

(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.

(End of clause)

AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002)

 

(a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501 <http://www.e-publishing.af.mil/pubfiles/af/31/afi31-501/afi31-501.pdf>, Personnel Security Program Management, as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

(End of clause)

 

23.  Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable.

 


Maggie Main, Contract Specialist , Phone 7812250144, Email maggie.main@us.af.mil - Christian Salinas, Contracting Officer, Phone 7812250198, Email christian.salinas@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP