This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4A3504213A001 and is issued as a Request For Quote (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. The North American Industry Classification System (NAICS) code is 334290. This is an unrestricted purchase.
CLIN 0001: Qty 175 EA
Provide Honeywell Vindicator V5, Firmware upgrade, TDEA or AES, from version 16 to Version 20. P/N 512-34015-02
CLIN 0002: Qty 175 EA
Provide Installation for Honeywell Vindicator V5, Firmware upgrade, TDEA or AES, from version 16 to Version 20. P/N 512-34015-02
*Item must be brand name. An "or equal" product will not be considered technically acceptable. Please see attached brand name determination for more information.*
*Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers:
1. Technical Acceptability
2. Price
This will be a lowest price technically acceptable purchase.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
The following FAR provisions/clauses apply to this acquisition:
FAR 52.204-7 - System for Award Management
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13- System for Award Management- Maintenance
FAR 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
FAR 52.212-1 - Instructions to Offerors-Commercial Items
FAR 52.212-2 - Evaluation-Commercial Items
FAR 52.212-3 - Alternate A. Offeror Representations and Certifications -Commercial Items
FAR 52.212-4 - Contract Terms &Conditions-Commercial Items
FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive
Orders-Commercial Items
FAR 52.222-3 - Convict Labor
FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-21 - Prohibition of Segregated Facilities
FAR 52.222-26 - Equal Opportunity
FAR 52.222-36 - Affirmative Action for Workers with Disabilities
FAR 52.222-50 - Combat Trafficking Persons
FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 - Restrictions on Certain Foreign Purchases
FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-40 - Providing Accelerated Payments to Small Business Contractors
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil)
FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil)
FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2")
The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition:
DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 - Representations Relating to Compensation of Former DOD Officials
DFARS 252.204-7004 - Alternate A. System for Award Management
DFARS 252.209-7993 - Deviation. Representation by Corporations Regarding the Unpaid Delinquent
Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations
DFARS 252.225-7001 - Buy American Act-Balance of Payment Program Certificate
DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors
DFARS 252.225-7048 - Export Controlled Items
DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 - Wide Area Workflow Payment Instructions
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel
The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement:
AFFARS 5352.201-9101 - ACC Ombudsman
NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Quotes must include vendor's CAGE code and tax identification number (TIN).
Resultant quote must be valid until 30 September 14.
Please send quotes/questions to Maekyla Jane Rosendo at [email protected] NO LATER THAN 12 SEP 2014 12:00 PM CST. Phone: (850)283-4410.