Federal Bid

Last Updated on 30 Sep 2017 at 9 AM
Combined Synopsis/Solicitation
Force Pennsylvania

Logging Recorder Installation for Security Forces

Solicitation ID FA8751-17-Q-0394
Posted Date 14 Sep 2017 at 2 PM
Archive Date 30 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Force Pennsylvania United states
**Amendment No. 1 dated 14 September 2017 hereby adds a Questions & Answers document**

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 FA8751-17-Q-0394 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) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued on an unrestricted basis with regard to small business size standard. For reference, the NAICS code is 811213 and small business size standard is average annual receipts of $11 M.

The contractor shall provide the service as described in the Performance Work Statement (PWS) for Logging Recorder Installation for Security Forces (ATTACHMENT 1), dated 31 August 2017 and Wage Determination (ATTACHMENT 2) on a firm fixed price basis.

Period of Performance will be 60 days after receipt of contract.

52.237-1 -- Site Visit Offerors 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. Site Visits may be scheduled upon request.

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) Quotes are due at or before 3PM, (Eastern Time) 15 SEPTEMBER 2017. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. 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)(12) 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.

(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; accept other than the lowest offer; 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 3 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 service offered to meet the Government requirement;
(ii) Price

All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I. For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 3)

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
52.219-28, 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
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award Management
52.239-1, Privacy or Security Safeguards
52.222-17, Nondisplacement of Qualified Workers
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires

This Statement is for Information Only:
It is not a Wage Determination

23183 Electronics Technician Maintenance III WG 10/2 $26.32 + $4.41 = $30.73

52.222-55, Minimum Wages Under Executive Order 13658
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
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7031, Secondary Arab Boycott of Israel
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
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7017, Notice Of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea - Basic
252.247-7024, Notification of Transportation of Supplies by Sea

5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Lisette K. LeDuc, , 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: [email protected]. Alternate Ombudsman, Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: [email protected]

5352.223-9001, Health and Safety on Government Installations

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 quote that your company is able to submit electronic invoices as set forth in the clause.

The following provision also applies to this solicitation:
All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 05 Sep 2017 at 7 PM
New york New york 15 Sep 2017 at 2 PM
New york New york 05 Sep 2017 at 8 PM
New york New york 30 Oct 2017 at 4 PM
New york New york 09 Jan 2019 at 3 PM

Similar Opportunities

Tinker air force base Oklahoma 14 Jul 2025 at 9 PM
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)