Skip to main content

An official website of the United States government

You have 2 new alerts

IDS System for SCIF

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Dec 16, 2022 04:11 pm EST
  • Original Published Date: Nov 18, 2022 02:59 pm EST
  • Updated Date Offers Due: Dec 22, 2022 12:00 pm EST
  • Original Date Offers Due: Dec 08, 2022 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 06, 2023
  • Original Inactive Date: Dec 23, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Langley AFB , VA 23665
    USA

Description

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.

Government Point of Contact:    DESIREE SANTOS
    Phone: (757) 764-9700
    Email: DESIREE.SANTOS.2@US.AF.MIL    

Solicitation Number W50S9B23Q0001 is hereby issued as a Request for Quote.

Response Due Date: 22 December 2022 at 12:00 PM EDT

This combined synopsis/solicitation and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08, effective 28 October 2022 and Defense Federal Acquisition Regulation Supplement (DFARS) Change 10/28/2022, effective 28 October 2022.

This acquisition is 100% set-aside for Small Business Concern.

The North American Industry Classification System (NAICS) code for this project is 561621 Security Systems Services (except Locksmiths), and Product Service Code (PSC) code is 6350. The Size Standard for this NAICS is $22,000,000.00.

ATTACHMENTS
1.    Performance Work Statement (PWS), 18 pages
2.    Information Sheet
3.    J&A Brand Justification
4.    IDSC Drawings COS Updates

FAR 52.212-1, Instructions to Offerors - Commercial Items (Nov 2021).
Addendum to 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021)

THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. PROVISIONS FROM THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD.

1.1    Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated quote via e-mail to: desiree.santos.2@us.af.mil with the solicitation number (W50S9B23Q0001) in the subject block, by 22 December 2022 at 12:00 PM EDT.  Facsimile offers will not be accepted.   All questions are due by Friday December 16, 2022 at 12:00PM EST emailed to Desiree.santos.2@us.af.mil.  Complete submissions include the following documents:

1.1.1    Technical Approach to include compliance with the Performance Work Statement and Bill of Material to complete this project.
1.1.2    A listing of comparable projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, proof of successful performance, and customer point of contact information. Indicate if your company was prime or subcontractor.
1.1.3    Price Schedule (page 2 of this document or alternative pricing structure).
1.1.4    Signed Information Sheet (attachment 2).
 

Contact Information

Contracting Office Address

  • KO FOR VAANG DO NOT DELETE 165 SWEENEY RD
  • LANGLEY AFB , VA 23665-2207
  • USA

Primary Point of Contact

Secondary Point of Contact





History