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 will not be issued.
The solicitation FA4801-20-Q-1004 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a Total Small Business Set-Aside. The anticipated award will be a firm-fixed-price contract. 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 following factors shall be used to evaluate offers:
Lowest price,
Technically acceptable according to the specifications in the attached document, “KABA SAFLOK statement of work” dated 13 January 2020.
The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2020-04, 15 Jaunuary 2020. Provisions and clauses may be obtained via internet at https://www.acquisition.gov/. The North American Industry Classification System (NAICS) code is 332510. The small business size standard for this code is 750 employees.
CLIN 0001: KABA SAFLOK, MT1 M7NNETORAN0000SC
QTY: 47 Each
CLIN 0002: KABA SAFLOK, MT1 M7NNETOLAN0000SC
QTY: 42 Each
CLIN 0003: KABA SAFLOK, PMT3P0NNET0LAN000SC
QTY: 5 Each
CLIN 0004: KABA SAFLOK, PMT3PONNETORAN000SC
QTY: 8 Each
CLIN 0005: Cal Royal Panic Device 7700 US32D
QTY: 13 Each
CLIN 0006: Installation of all hardware as dictated in SOW
QTY: 1 Each
PROVISIONS/CLAUSES:
*Signifies a Solicitation 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 this/these address(es): https://www.acquisition.gov/.
FAR 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(es): https://www.acquisition.gov/.
The following FAR provisions and clauses are applicable to this solicitation:
FAR 52.204-7 – System for Award Management (Oct 2018)*
FAR 52.204-13 – System for Award Management Maintenance (Oct 2018)
FAR 52.204-16 – Commercial and Government Entity Code Reporting (Jul 2016)*
FAR 52.204-17 – Ownership or Control of Offeror (Jul 2016)
FAR 52.204-18 – Commercial and Government Entity Code Maintenance (Jul 2016)
FAR 52.204-19 – Incorporation by Reference of Representations and Certifications (Dec 2014)
FAR 52.204-20 – Predecessor of Offeror (July 2016)*
FAR 52.204-22 – Alternative Line Item Proposal (Jan 2017)
FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)
FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)
FAR 52.211-6 – Brand Name or Equal (Aug 1999)*
FAR 52.212-1 – Instructions to Offerors – Commercial Items (Oct 2018)*
FAR 52.212-2 – Evaluation of Offerors – Commercial Items (OCT 2014)
FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items (DEC 2019)*
FAR 52.212-4 – Contract Terms and Conditions – Commercial Items (Oct 2018)
FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items (Jan 2020)
FAR 52.219-28 – Post-Award Small Business Program Rerepresentation (Jul 2013)
FAR 52.222-3 – Convict Labor (June 2003)
FAR 52.222-50 – Combating Trafficking in Persons (JAN 2019)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.223-22 – Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (Dec 2016)
FAR 52.225-13 – Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Aug 2018)
FAR 52.232-39 – Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.233-1 – Disputes (May 2014)
FAR 52.233-3 – Protest After Award (Aug 1996)
FAR 52.233-4 – Applicable Law for Breach of Contract Claim (Oct 2004)
FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)(Apr 1984)
The following DFARS provisions and clauses are applicable to this solicitation:
DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials (Nov 2011)*
DFARS 252.204-7003 – Control Of Government Personnel Work Product (Apr 1992)
DFARS 252.225-7002 – Qualifying Country Sources as Subcontractors (Dec 2017)
DFARS 252.225-7048 – Export-Controlled Items (Jun 2013)
DFARS 252.232-7003 – Electronic Submission of Payment Request and Receiving Reports (Dec 2018)
DFARS 252.232.7010 – Levies on Contract Payments (Dec 2006)
DFARS 252.244-7000 – Subcontracts for Commercial Items (Jun 2013)
FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) Addendum:
This document and any applicable attachments must be returned to the following Government Points of Contact by email:
Contract Administrator:
Caleb L. Wynia, 1st Lt, USAF
Telephone: (575) 572-0662
Email: [email protected]
Contracting officer:
Robert J. Widdoss
Telephone: (575) 572-3575
Email: [email protected]
Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) MT by 10 March 2020.
Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron by email to all point of contacts listed above not later than 1200 (12:00 p.m.) MT on 13 March 2020.
FAR 52.204-23-Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.
As prescribed in 4.2004, insert the following clause:
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
(a) Definitions. As used in this clause--
Covered article means any hardware, software, or service that--
(1) Is developed or provided by a covered entity;
(2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or
(3) Contains components using any hardware or software developed
in whole or in part by a covered entity.
Covered entity means--
(1) Kaspersky Lab;
(2) Any successor entity to Kaspersky Lab;
(3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or
(4) Any entity of which Kaspersky Lab has a majority ownership.
(b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits Government use of any covered article. The Contractor is prohibited from--
(1) Providing any covered article that the Government will use
on or after October 1, 2018; and
(2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced in the performance of the contract.
(c) Reporting requirement. (1) In the event the Contractor identifies a covered article provided to the Government during contract performance, or the Contractor is notified of such by a subcontractor at any tier or any other source, the Contractor shall report, in writing, to the Contracting Officer or, in the case of the Department of Defense, to the website at https://dibnet.dod.mil/. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil/.
(2) The Contractor shall report the following information pursuant to paragraph (c)(1) of this clause:
(i) Within 1 business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; brand; model number (Original Equipment Manufacturer (OEM) number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the report pursuant to paragraph (c)(1) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of a covered article, any reasons that led to the use or submission of the covered article, and any additional efforts that will be incorporated to prevent future use or submission of covered articles.
(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts, including subcontracts for the acquisition of commercial items.
(End of clause)
FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)
The government will award a contract resulting from the solicititation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable.
DFARS 252.232-7006, WAWF Payment Instructions (DEC 2018)
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
F87700
Issue By DoDAAC
FA4801
Admin DoDAAC
FA4801
Inspect By DoDAAC
Ship To Code
F2E3CE
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
AFFARS 5352.201-9101 Ombudsman (Oct 2019)
(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 OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,
DAVID E. JONES, Deputy Director
AFICA/KT
2035 First Street West, STE 1
JBSA Randolph TX 78150-4304
DSN 487-1722 Comm 210-652-1722
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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)
Name:
Title:
Phone:
Email:
Date:
CAGE Code:
DUNS:
Signature
STATEMENT OF WORK
INSTALL KABA SAFLOK LOCKSETS IN BUILDING 581
13 January 2020
General Requirements:
1. Holloman Air Force Base is adding a new dormitory to the inventory. The intent of this contract is to install Kaba Saflok locksets to entry doors and other doors throughout building 581. Lock sets must be exact type as found on the other 11 permanent party dorms and reprogram system 6000 database to add new locksets to existing system database.
2. The Contractor will install all the KABA MT Magstripe Locks on doors, Install all KABA MT exit trim locks and Panic devices. That comprises 47 each MT1âM7NNET0RAN0000SC, 42 Each MT1âM7NNETOLAN0000SC, 5 each PMT3âPONNETOLAN000SC, 8 each PMT3âPONNETORAN000SC AND 13 each 7700EO36US32D Calâroyal Exit device 3. The Contractor is responsible for removal of existing hardware/locks.
4. The Contractor will be responsible for modify existing 6000 Database system by adding new doors into existing system and programing of new locks.
5. The Contractor is expected to work independently with minimal assistance from the Government.
6. The Contractor shall repair any damage caused by his operations.
7. The Contractor shall furnish all labor, tools transportation and equipment necessary to accomplish the work.
8. The Contractor will also be responsible for all equipment and trash removal that is needed to complete the task.
9. The Contractor shall perform a complete cleanup of the work area after the work is complete.
10. Bid Schedule line items: All payments to the contractor shall be in accordance with the bid schedule. All prices shall include labor, material cost, trip charges, tax, bonds, insurance, profit, overhead, etc. and shall be bid as a unit of measure of “Each”.