Fitness Center 24 Hrs Surveillance System
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Original)
- Original Published Date: Jun 14, 2024 10:33 am CDT
- Original Date Offers Due: Jun 28, 2024 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 13, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code:
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: Tinker AFB , OK 73145USA
Description
This combined synopsis/solicitation for Fitness Center 24 Hrs Surveillance System delivery and installation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is FA813624Q0002 and is issued as a Request For Proposal (RFP) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 dated November 12, 2019. The FAC and FAR are available at https://www.acquisition.gov/FAR .
This is solicited as Full and Open Competition under NAICS code 561621, Security Systems Services (except Locksmiths). The award resulting from this solicitation will be made using a cascading set-aside order of procedure as follows: a). In accordance with FAR Subpart 19.502.2, Total Small Business Set-Aside Procedures, any award under this solicitation will be made on a competitive basis first to a small business concern; b). If there is inadequate competition for award to a small business concern (two or more responsible small business offers), award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The award is subject to the Service Contract Labor Standards statute. The Offeror is required to have a current and active Contractor registration in the System for Award Management (SAM) website, https://sam.gov.
Responsible offerors shall provide the following line items:
- Line Item 0001: DWC-V6263WTIR - Star-Light Universal HD Series – Quantity: 36
- Line Item 0002: CCTV System (See Statement of Work) – Quantity: 1
- PC w/USAF Standard Desktop configuration, DW-VA1P168T 8 Terabyte DVR
- Monitor
- Junction supply Box
- Wall mount
- Instrument Box
- Line Item 0003: 3 Year Warranty – Unit of Issue: Job – Quantity: 1
- Line item 0004: Delivery & Installation – Unit of Issue: Job – Quantity: 1
Questions shall be submitted to Mr. Rod Harris not later than 21 June 2024 via email at rodrick.harris@us.af.mil. Proposals shall be submitted electronically to Rod Harris by or before 28 June 2024 at 3:00 PM CST. It is the Offeror’s responsibility to ensure all proposal documents are received prior to the close date and time.
The Government anticipates awarding a Firm-Fixed-Price (FFP) contract on the basis of Lowest Price Technically Acceptable (LPTA) evaluation criteria resulting from this RFP to the responsible Offeror whose proposal is conforming to the RFP. An award will be made to the Contractor who offers the lowest price and meets or exceeds the technical requirements of the solicitation. The Offerors shall submit a proposal that will demonstrate / describe how the company will meet or exceed the technical requirements stated in the Statement of Work (SOW). Offerors will submit a technical proposal that addresses their capability to provide and service the Fitness Center 24 Hrs Surveillance System.
The Contractor shall provide all necessary labor, materials, supplies, equipment and supervision for the delivery, maintenance, and services for the Fitness Center cameras at Bldg 6004, Tinker Air Force Base (TAFB), Oklahoma, in accordance with the Statement of Work (SOW) and U.S. Department of Labor Service Contract Labor Standards Wage Determination. Expected vendor delivery and installation is to be completed no later than 180 days after receipt of order.
INSTRUCTIONS TO OFFERORS
General Instructions: This section provides general guidance for preparing proposals. Throughout this section, the term “Offeror” means the prime contractor submitting the proposal. The Offeror’s proposal must include all data and information requested and must be submitted in accordance with these instructions. Proposal will be reviewed for responsiveness prior to being technically evaluation. An Offeror who submits an incomplete package may be considered non-responsive and will be notified immediately with the reason. The proposal shall be compliant with the requirements as stated in the Request for Proposal (RFP). A proposal that is sufficiently documented to support price and technical requirements in a complete, orderly and detailed manner will enable the Government to perform a thorough and fair evaluation. Non-compliance with the instructions and RFP may result in an unfavorable proposal evaluation and may be grounds to eliminate the proposal from consideration for contract award.
Offeror’s must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale along with providing any assumptions in their proposals.
The Government intends to award without discussions.
The Government will not reimburse any costs incurred in relation to the proposal preparation.
Offeror’s must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale along with providing any assumptions in their proposals. The Offeror shall submit an unclassified proposal, which demonstrates its ability to perform and meet the requirements in the Statement of Work (SOW).
Proposal shall conform to all the requirements of this RFP IAW FAR Part 15.101-2.
EVALUATION FACTORS FOR AWARD
Basis for Award:
Contract will be awarded to vendors on a lowest price technically acceptable (LPTA) basis. A contract will be awarded to the Offerors whose proposals conforms to the solicitation’s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged, based on the evaluation factors and sub-factors, to represent the lowest price technical acceptability.
Evaluation Factors:
Evaluation Criteria:
- Cameras and CCTV System conforming to the SOW
- Ability to install cameras & system
- Capability to provide an all-encompassing three-year extended warranty
- Certified to provide installation and repair services on the brands provided
Proposals must include:
- Quote conforming to the CLIN structure provided
- List of materials provided to include Manufacture, Part Number, and Quantity
Evaluation Process:
The Lowest Price Technically Acceptable (LPTA) source selection process will be used. Offeror’s technical proposal will be evaluated on an acceptable/unacceptable basis. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined non-responsive and thereby excluded from further consideration.
Solicitation Requirements, Terms and Conditions.
Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or sub-factors. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being determined ineligible for award. Offerors must clearly identify any exception to the solicitation’s terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable.
Terms and Conditions; The following clauses are included but not limited to:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-26 Covered Telecommunications Equipment or Services-Representation.
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
52.204-19 Incorporation by Reference of Representations and Certifications
52.212-1 Instructions to Offerors – Instructions to Offerors -- Commercial, applies to this acquisition.
52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, 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 past performance considered.
Any offeror must include a completed copy of the provision,
52.212-3, Offeror Representations and Certifications. The government will award to the contractor who will be most advantageous to the government price and past performance.
52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, applies to this
acquisition.
The following clauses within 52.212-5 are included but not limited to:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
52.219-6, Notice of Total Small Business Set-Aside
52.219-9, Small Business Subcontracting Plan
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated by Reference
The following DFARS clauses are included but not limited to:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.204-7004 Alt-A System for Award Management Alternate A
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.211-7003 Item Unique Identification and Valuation
252.232-7003 Electronic Submission of Payment Requests & Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4040 7858 5TH ST STE 1
- TINKER AFB , OK 73145-9125
- USA
Primary Point of Contact
- Rodrick Harris
- rodrick.harris@us.af.mil
Secondary Point of Contact
- Trey Marshall
- trey.marshall@us.af.mil
History
- Jul 18, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Jun 26, 2024 10:01 am CDTCombined Synopsis/Solicitation (Updated)
- Jun 14, 2024 10:33 am CDTCombined Synopsis/Solicitation (Original)