The solicitation number is F1S0AZ3221B001. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2005-69 and DFARs Change Notice DPN-201300808 AFFARS Parts AFAC-2013 Baseline. Federal Supply Class/Service (FSC) code is 5999. NAICS is 334419 and the size standard is 500 employees.
This acquisition is a 100% Small Business set-aside.
Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following supply:
The 412 RANS/Software Engineering Squadron of Edwards AFB, CA has a requirement to purchase new Radio Frequency Identification, Range Asset ID and Locations Surveillance System (RAILLS).
ITEM Quantity
1.1 RFID Readers 40
1.2 Antennas 200
1.3 Antenna Hubs 20
1.4 Handheld RFID Readers 3
1.5 GPIO Hub Controllers 10
1.6 Network Switches 6
1.7 Scan-Count Displays 60
1.8 RFID Label Writer/Printer 1
2.1 Antenna Wall Mounts 200
3.1 RFID Tags, Durable On-Metal 100
3.2 RFID Tags, Paper Near- or Off-Metal Label 3000
3.3 RFID Tags, Durable Near- or Off-metal 100
3.4 RFID Tags, Paper On-Metal Label 1000
Please see the attached Requirements Document for further detail.
The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999).
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 capability of the item offered to meet the Government requirement;
Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the RFID/RAILLS Equipment. Award will be made to the LPTA offer that is most advantageous to the Government.
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offerors shall propose in accordance with the following CLIN structure:
CLIN DESCRIPTION QTY UNIT PRICE EXTENDED PRICE
0001 RFID Reader Equipment Lot
0002 Antenna Wall Mount Ea.
0003 RFID Tags Lot
0004 Shipping Ea.
Grand Total:
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis, including Cage Code, DUNS number, Prompt Payment Terms, date offer expires, and warranty information. No partial quotes for the items listed above will be accepted. FOB destination Edwards AFB CA 93524.
Government Delivery Requirement: The Government requires all equipment to be delivered no later than 31 Dec 2013. If the above day cannot be met, contractors must provide an accurate and realistic delivery schedule.
INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil.
ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov.
TO REGISTER WITH SAM, GO TO URL: www.sam.gov.
The following provisions and clauses apply:
52.212-1--Instructions to Offerors
52.212-2 - Evaluation - Commercial Items
52.252-02 -- Clauses Incorporated by Reference.
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):
http://farsite.hill.af.mil/vffara.htm
http://farsite.hill.af.mil/vfdfara.htm
http://farsite.hill.af.mil/vfaffara.htm
52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-06 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.211-06 - Brand Name or Equal
52.212-04 -- Contract Terms and Conditions- Commercial Items.
52.219-06 -- Notice of Total Small Business Set-Aside
52.219-28 -- Post-Award Small Business Program Representation
52.222-03 -- Convict Labor
52.222-19 -- Child Labor---Cooperation with Authorities and Remedies.
52.222-21 -- Prohibition of Segregated Facilities.
52.222-22 -Previous Contracts and Compliance Reports
52.222-26 -- Equal Opportunity
52.222-36 -- Affirmative Action for Workers with Disabilities.
52.222-35 -- Equal Opportunity for Veterans
52.222-37 -- Employment Reports on Veterans
52.222-50 -- Combating Trafficking in Persons
52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Alternate I (Mar 2012).
52.225-13 -- Restrictions on Certain Foreign Purchases.
52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration.
52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate
52.204-08 -- Annual Representations and Certifications.
52.212-03 -- Offeror Representations and Certifications-Commercial Items.
52.212-03 -- Offeror Representations and Certifications-Commercial Items, Alternate I
52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate.
52.252-01 -- Solicitation Provisions Incorporated by Reference.
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
252.204-7004 -- Central Contractor Registration (FEB 2013)
252.204-7008 -- Export-Controlled Items
252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law Provision ‘
The full text of provision DFARS 252.209-7995 is attached.
252.211-7003 UID (JUN 2011)
252.225-7001 -- Buy American Act and Balance of Payments Program
252.225-7002 -- Qualifying Country Sources as Subcontractors
252.232-7003 -- Electronic Submission of Payment Requests
252.232-7010 -- Levies on Contract Payments
252.243-7001 -- Pricing of Contract Modifications
252.247-7023 -- Transportation of Supplies by Sea
252.247-7023 -- Transportation of Supplies by Sea , ALTERNATE III (MAY 2002)
252.204-7006 -- Billing Instructions.
(Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. Take the training provided. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988)"
5352.201-9101 -- Ombudsman
Air Force Test Center Vice Commander, 1 South Rosamond Blvd, EAFB CA 93524-1185, PH 661-277-2810, FAX 661-275-7593
5352.223-9000 -- Elimination of Ozone
5352.242-9000 -- Base Access
Offerors are instructed to complete the provision DFARS 2552.209-7995, as attached, IN FULL TEXT. This must be returned with the offeror's quote
Offers are due at the Air Force Test Center Contracting Squadron, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 20 September 2013 at 5 pm PST. E-mail address: [email protected]
Point of Contact:
Monika Masei, Contract Specialist, Phone 661-277-3833, E-mail
[email protected]
Albert Safille, Contracting Officer, Phone 661-277-2704, E-mail [email protected]
Attachment(s):
1. DFARs Clause 252.209-7995
2. Minimum Requirements