The RFP Database
New business relationships start here

Video Teleconferencing (VTC) Equipment, Installation & Maintenance


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

This is a combined synopsis/solicitation for commercial items 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.


Solicitation FA8751-19-Q-0352 is issued as a Request for Quotation (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190531. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.


This procurement is being issued as total small business set aside under NAICS code 334310 and small business size standard 750 employees.


The contractor shall provide the items detailed in the attached Statement of Requirements dated 28 May 2019 (ATTACHMENT 1) on a Firm Fixed Price basis. BRAND NAME only will be considered for those specified items (codec, cameras, controller and programming), see the attached Brand Name Justification (ATTACHMENT 5).


Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The anticipated delivery date is 90 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY.


The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:


(b) Written quotes are due at or before 3PM, (Eastern Time) 25-JUL-2019. Submit to: AFRL/RIKO, Attn: Ashley Ellinger, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Ashley.Ellinger@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.


(b)(4) Submit a technical description of the items being offered.


(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.



SITE VISIT


An organized site visit has been scheduled for 17-JUL-2019, 9:00AM (EST) at AFRL/Rome Research Site, NY. It is highly recommended that offerors attend. Offerors wishing to attend must complete the attached Site Visit Reservation Form (ATTACHMENT 2) and Request for Visit Authorization to Rome Research Site, RRS Form 31 (ATTACHMENT 3).


Participants must contact the Contract Specialist no later than 3PM EST 16-JUL-2019 in order to coordinate base access.


CONTACT: Ashley Ellinger
AFRL/RIKO
26 Electronic Pkwy
Rome NY 13441
315-330-4496
Ashley.Ellinger@us.af.mil


Participants will meet at the Main Lobby of Building 3 located at 525 Brooks Road, Rome NY.


(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received.


(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 2 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.


The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement
(ii) price

All evaluation factors when combined are of approximately equal importance.

Offerors are required to complete representations and certifications found in the provisions at:
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
DFARS 252.239-7009, Representation of Use of Cloud Computing
DFARS 252.225-7020, Trade Agreements Certificate - Basic

For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 4).

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


The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:


52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-3, Privacy Training
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award Management
52.239-1, Privacy or Security Safeguards


The following additional FAR and FAR Supplement provisions and clauses also apply:


52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.211-6, Brand Name or Equal
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003, Item Identification and Valuation
Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: 'N/A'
Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A'
Para (c)(1)(iii). Attachment Nr.: 'N/A'
Para (c)(1)(iv). Attachment Nr.: 'N/A'
Para (f)(2)(iii). 'N/A'
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.239-7010, Cloud Computing Services
252.239-7017, Notice Of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea - Basic


5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. Alternate Ombudsman: Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM: (937) 255-5235; EMAIL:
steven.ewers@us.af.mil

5352.223-9001, Health and Safety on Government Installations

The following additional requirements apply:
REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS


(a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC).


(b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.


Any additional access restrictions established by the IT network/system owner apply.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:

For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.
UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.
(A)LABEL:
If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.
If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.
Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.

The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.


 


Ashley Ellinger, Contracting Officer, Phone 315-330-4496, Fax 315-330-2555, Email Ashley.Ellinger@us.af.mil - Jenna A. Tarbania, Contracting Officer, Phone 315-330-2260, Email Jenna.Tarbania@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP