United States - Fire Alarm Kits

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
22 May 2019
Opportunity publication date
16 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 15, 2019 10:23 am

Combined Synopsis/Solicitation
IAW FAR 12.603
F3YCHH9093A001
BUILDING 9001 - Fire Alarm Kits

This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; ONE quote is being requested and a written solicitation will not be issued.
The Air Force Sustainment Center Operational Contracting Branch (AFSC/PZIOA) located at Tinker Air Force Base (TAFB) Oklahoma, intends to award a Firm Fixed Price (FFP) contract for BUILDING 9001 - Fire Alarm Kits which consists of furnishing all labor, equipment, instruments, materials, transportation, and incidentals required to install 4100ES Upgrade Kits to ten (10) 4100+ Nodes and two (2) 4100U Nodes to standardize the systems on the Fire Alarm network in B9001. See the attached Performance Work Statement (PWS) for further information and specifications regarding the services required.
Classification Data:
NAICS Code - 238210
Classification Code - Z1AZ
SBA Size Standard - $15,000,000.00
THIS ACQUISITION IS AN OTHER THAN FULL AND OPEN COMPETITION, SOLE SOURCE AWARD TO JOHNSON CONTROLS FIRE PROTECTION, LP
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (http://farsite.hill.af.mil/vmfara.htm).
TERMS AND CONDITIONS: The terms and conditions are standard for Government and Commercial customers:
- Standard commercial warranties apply. Reference FAR 52.212-4(o).
- The supplies delivered by the contractor will not be accepted by the Government until PWS and contractual requirements have been met.
- Payment will not be made until work and materials are accepted by the Government.

Request for Quote Submission Information:
Quotes are due ONLY from the SOLE SOURCE by Wednesday, 22 May 2019, 11:00 a.m. (CST).
The following individual is the POC for information regarding this solicitation:
Sarah Brackner
Contract Specialist
sarah.brackner@us.af.mil
Phone: (405) 739-4033
 
Provisions 52.212-1 "Instructions to Offerors - Commercial Items" and 52.212-2 "Evaluation - Commercial Items" apply to this solicitation and provide instructions for the submittal of proposals.
Contractor is required to submit: (1) Response Page (pg 10 of this solicitation). Email all required documents to the POC listed under "Proposal Submission Information." Proposals shall be valid for a minimum of 120 calendar days after proposal submission due date.
The offeror shall meet the following requirements to determine contractor to be technically acceptable: The contractor shall take no exceptions to the specification in the PWS, or solicitation.
EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12 "Acquisition of Commercial Items."
IAW FAR Clause 52.212-3 "Offeror Representations and Certifications - Commercial Items: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision." By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in SAM shall render contractor ineligible for award.
IAW FAR 52.212-2 "Evaluation Commercial Items", the Government will evaluate quotes in terms of technical acceptability and price. The lowest priced technically acceptable quote that conforms to the solicitation may be selected for award. In order to be technically acceptable and conform to the solicitation, the vendor must propose exactly in accordance with the item description reflected below- no deviations will be accepted:

The offeror shall meet the following requirements to determine contractor responsibility:
(i) Have no negative past performance information that would determine past performance to be unacceptable.
(ii) Meet contractor responsibility requirements IAW FAR 9.104-1.
(iii) Is not debarred, suspended, proposed for debarment, excluded, disqualified or ineligible from receiving Federal contracts.
A written notice of award or acceptance of an offer mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The offeror may be determined to be unacceptable and ineligible for award of a contract if any of the above requirements are not met.
Number of Contracts to be Awarded: The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposal/quote received, prices submitted, and the availability of funds.
 
 
Contract Line Items (CLINs):
Note: All CLINs are Firm Fixed Price (FFP)
Detailed Description of Items:
CLIN # Description Quantity Unit of Issue Period of Performance FOB
0001 Building 9001 - Install Fire Alarm Upgrade, EEIC 52200
IAW PWS 1 Lot 120 Days ADC Destination
Delivery addresses:
CLIN 0001 - BUILDING 9001, TINKER AFB, OK 73145
CLAUSES:
52.204-7 "System for Award Management"
52.204-13 "System for Award Management Maintenance"
52.204-16 "Commercial and Government Entity Code Reporting"
52.204-17 "Ownership or Control of Offeror"
52.204-18 "Commercial and Government Entity Code Maintenance"
52.204-19 "Incorporation by Reference of Representations and Certifications"
52.204-22 "Alternative Line Item Proposal"
52.209-2 "Prohibition on Contracting with Inverted Domestic Corporations-Representation"
52.209-5 "Certification Regarding Responsibility Matters"
52.209-10 "Prohibition on Contracting with Inverted Domestic Corporations"
52.209-11 "Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"
52.212-4 "Contract Terms and Conditions - Commercial Items"
52.219-28 "Post-Award Small Business Program Representation"
52.223-18 "Encouraging Contractor Policies to Ban Text Messaging While Driving" (Aug 2011)
52.225-3 "Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"
52.225-13 "Restrictions on Certain Foreign Purchases"
52.225-25 "Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications."
52.232-33 "Payment by Electronic Funds Transfer - System for Award Management"
52.232-40 "Providing Accelerated Payments to Small Business Subcontractors."
52.233-4 "Applicable Law for Breach of Contract Claim"
252.204-7008 "Compliance With Safeguarding Covered Defense Information Controls"
252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting"
252.209-7999 "Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"
252.211.7003 "Item Unique Identification and Valuation."
252.213-7000 "Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"
252.225-7036 "Buy American-Free Trade Agreements--Balance of Payments Program--Alternate IV"
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"
252.244-7000 "Subcontracts for Commercial Items"
252.246-7008 "Sources of Electronic Parts"

52.204-20 - Predecessor of Offeror (July 2016)
(a) Definitions. As used in this provision--
"Commercial and Government Entity (CAGE) code" means--
(1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or
(2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.
"Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor.
"Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.
(b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years.
(c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order):
Predecessor CAGE code: ________ (or mark "Unknown").
Predecessor legal name: ______________________________.
(Do not use a "doing business as" name).
(End of provision)

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) _X_ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

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):
http://farsite.hill.af.mil/

52.252-6 -- Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Clause)

5352.201-9101 OMBUDSMAN (JUN 2016)
(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, Mary
Wade at (405) 739-3900. Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU/HQ AFICA/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)

5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH)
Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments
resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the
contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this
contract.
(End of clause)

5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(g) REAL ID ACT: Effective October 10, 2018 all contractors must comply with the REAL ID Act requirements. https://www.dhs.gov/real-id
(1) The following state/territory IDs are not compliant with the REAL ID Act requirements. https://www.dhs.gov/real-id They are as follows: Alaska, California, Idaho, Illinois, Kentucky, Maine, Massachusetts, Minnesota, Missouri, Montana, North Dakota, New Hampshire, Oklahoma, Oregon, Pennsylvania, South Carolina, Virginia, and Washington. The exceptions to this restriction are Washington and Minnesota Enhanced Driver's Licenses (EDLs) which display a red, white and blue American flag on the front of the ID card. EDLs exceed REAL ID Act guidelines and are considered acceptable forms of identification. Standard issue driver's licenses from the above states, however, are not compliant.
(2) There is no change for base access to individuals who already possess military issued credentials; non-DoD personnel without base access credentials will be the largest demographic affected by REAL ID Act requirements. Identity proofing was done using approved identification credentials with a background check conducted through law enforcement authoritative databases. That will not change on October 10, 2018.
(3) What will change is which ID's for proof of identity will be accepted. The forms of ID on this list are for use solely at Tinker AFB and several ID's on this list may not grant you entry for other Federal Facilities or military bases. If you are travelling to other Federal Installations/buildings it is recommended you contact them before travelling to that location. Tinker AFB acceptable alternative forms of ID are the following:
- U.S. Passport
- U.S. Passport Card
- PIV or Federally-issued PIV
- Driver's License issued by the U.S Department of State
- Border Crossing Card ( Form DSP-150)
- DHS "Trusted Traveler" Cards
- U.S. Military ID
- Veteran's Health Identification Card
- U.S. Permanent Resident Card (Form 1-551)
- U.S. Certificate of Naturalization (Form N-550)
- Employment Authorization Document issued by DHS (Form 1-766)
- U.S. Refugee Travel Document (Permit to Re-enter form 1-327 and Refugee Travel Document
Form 1-571)
- Transportation Worker
- Identification Credential (TWIC)
- Merchant Mariner Card issued by USCG
- A state driver's license or ID that meets the REAL ID standards or has an extension
- State-issued EDLs
- Interim Driver's License issued by a state that meets the REAL ID standards or has an extension
- Native American Tribal Photo ID
- Foreign government-issued passport
- PIV-I cards
- Non-Real ID Act Driver's License supplemented with documentation listed:
- Social Security Card
- Birth Certificate
- Voter Registration Card
- State Issued Concealed Carry License
- State Issued Vehicle Registration
(4) All visitors are required to have the proper identification to access an Air Force installation. A REAL ID Act compliant credential will be required to establish individual identity. Those who do not have the accepted documentation for installation access will not be permitted to enter the base without an approved escort (contractors cannot escort other contractors).
(5) Delivery drivers will be required to receive an access pass and background check. It should only add a few minutes to the delivery time, provided the delivery driver meets the criteria for receiving an access pass. In order to conduct the background check, a REAL ID Act compliant credential will be required to establish individual identity. Those who do not have the accepted documentation for installation access will not be permitted to enter the base without an approved escort.
(6) There is no change for base access to individuals who already possess military issued credentials. Those incoming employees who do not currently have military issued credentials will need identity proofing using approved identification credentials with a background check conducted through law enforcement authoritative databases.
(End of clause)

Attachments:
PWS - 02 April 2019
 
RESPONSE PAGE
RETURN THIS PAGE WITH THE COMPLETED INFORMATION AND AUTHORIZED SIGNATURE
1. OFFEROR INFORMATION
BUSINESS NAME:
STREET ADDRESS: CITY, STATE, ZIP:
CAGE CODE and DUNS: SAM REGISTRATION DATE:
BUSINESS WEB ADDRESS: SOCIOECONOMIC STATUS:
POINT OF CONTACT (POC): POC TITLE:
TELEPHONE: FAX:
E-MAIL:
2. Supplies/Services and Prices/Costs
CLIN 0001 Proposed Price: Total tiny_mce_marker_________________________
DISCOUNT TERMS:
NET 30 or _______% IN _______ DAYS DAYS REQUIRED FOR DELIVERY:
Base PoP: 120 Days ADC
3. Certification of Response
Offeror's Authorized Representative's Signature Date
Type or Print Name Position or Title
Contractor is required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein.

Opportunity closing date
22 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force Tinker AFB - AFSC/PZIO United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?