Federal Bid

Last Updated on 16 Jul 2016 at 8 AM
Combined Synopsis/Solicitation
Wolfe West virginia

CDC Intercom System

Solicitation ID F1SEAD5217AG01-01
Posted Date 30 Jun 2016 at 4 PM
Archive Date 16 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Wolfe West virginia United states

Ref: F1SEAD5217AG01

AS-4000

CDC Intercom Amendment 1
Purpose of this amendment is to change the site visit date to July 6, 2016 at 9am PST and to extend the close date from July 1, 2016 to July 15, 2016.

Page 1 of 4
Synopsis/Solicitation
The solicitation number is F1SEAD6104AG01. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13 as applicable, and 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, DFARsChange Notice (DPN) 20160607 and AFAC 2016-0603. This acquisition is a 100% small business set-aside under NAICS 334310 with a small business size standard of 750 employees.

Site Visit:

If you are interested in the site tour, please send your contact information (e-mail/phone number) to  Jenna Jacobson, [email protected], 661-527-2094 or Leonard Buckless, [email protected], 661-277-7583, immediately, but no later than 7 PM EST on the 5th day after the RFQ amendment is posted.

The exact day for the tour and pertinent information will be forwarded to all who have provided their contact information. Any questions/answers to questions asked during the tour will be provided to all who attend the tour and all who have provided their contact information for the 5 day question and answer period.

Description:

This acquisition will require the contractor will provide all supervision, labor, equipment, and materials necessary to demolish and remove the existing intercom system - including all wiring recovery - and to deliver and install a new wired intercom system at the Child Development Center (CDC), Bldg. 6457. This new system will completely replace the existing system. Vendor will coordinate electrical connection with customer electrician (Form 332 - S14090) F.O.B. Destination, Edwards AFB, CA 93524.

Ref: F1SEAD5217AG01

AS-4000

Page 2 of 4
 Vendor may deposit all recyclable material to the Edwards AFB Landfill/Recycle Center. All other, non-recyclable debris from the demolition and removal of the existing system must be disposed of at an approved off-base landfill.

The system shall be located in Building 6457 to include; 5 playgrounds, 26 classrooms, 1 training room, 1 resource room, 1 laundry room, 1 break room, 1 isolation room, 10 offices, and the main station would be placed at the front desk. This will be a new system to replace the existing and consist of 1 Central Control Unit, 2 Room Station Control Units (Capable of 30 Audio Stations Each), 3 IS Master Stations (Desk/Wall Mount) with headsets, 40 IS Handset Room Stations, Black (1/2W 8OHM Output to speakers), 9 IS Audio Door Stations; Flush Mount Stainless Steel 2-Gang, 2 120Watt Digital Music & Paging Amplifiers, 10 16W Horn/Speakers 25V/70V 8 Ohm, 3 Power supplies, 48V DC (1 per control unit), 1 Rack tray for up to (3) power supplies, 1 Lot Cat 5E cable, and 1 Lot conduit boxes as required.

The system must conform to a protective hearing standard for an environment that subjects personnel to decibels up to 132 dB (A) with an occupational exposure limit of 85 dB (A) on a regular basis.

The contractor shall complete the project in accordance with these specifications, all applicable codes and regulations, subject to the terms and conditions of the contract.

Final Product shall be delivered, installed, and useable for the customer no later than 120 days from receipt of contract award. "Drop-shipments" will not be permitted. Contractor must coordinate delivery and installation with facility manager.

Please submit the following information with each quote: Cage Code, DUNS number, Delivery Time, and Date offer expires.

Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.

Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the wired intercom system. Award will be made to the LPTA offer that is most advantageous to the Government.

Offerors are instructed to complete the provision DFARS 252.209-7991, as attached, IN FULL TEXT. This must be returned with the offeror's quote

 Offers are due at the Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by 8:00am, Pacific Time on 01 July 2016. Any questions concerning this synopsis should be submitted to the Contract Specialist, Julie Maxwell, by email at [email protected], or by phone (661) 277-3932. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil.

Ref: F1SEAD5217AG01

AS-4000

Page 3 of 4

 To register with the system for award management (SAM), go to URL: https://www.sam.gov/. SAM was formerly CCR and ORCA. Further information on SAM may be obtained from the SAM Help Menu at https://www.sam.gov/.

52.204-07 System for Award Management

52.222-21 Prohibition of Segregated Facilities.

52.222-26 Equal Opportunity.

52.222-36 Equal Opportunity for Workers With Disabilities.

52.225-01 Privacy Act Notification.

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.

52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2013) (Deviation) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-50 Combatting Trafficking in Persons (Feb 2009)

52.223-15 Energy Efficiency and Energy Consuming Products 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011)

52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013)

52.233-1 Disputes (July 2002)

52.233-3 Protest after Award (Aug 1996)

52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

52.247-34 FOB Destination (Nov 1991)

52.252-2 Clauses Incorporated by Reference (Feb 1998)

52.252-06 Authorized Deviations in Clauses (Apr 1984)

252.225-7048 Export-Controlled Items.

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)

252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Alternate A - System for Award Management (Mar 2014)

252.204-7006 Billing Instructions (Oct 2005)

252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations

Ref: F1SEAD5217AG01

AS-4000

Page 4 of 4

 252.211-7003 Item Unique Identification and Valuation (Dec 2013)

252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)

252.232-7003 Electronic Submission of Payment Requests (Jun 2012)

252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006)

252.247-7023 Transportation of Supplies by Sea (Jun 2013) 5352.201-9101 Ombudsman (Aug 2013)

Attachment(s):

1.F1SEAD5217AG01 Solicitation

2.DFARs Clause 252.209-7991 Tax Liability

3.Redacted statement of Work

Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following Firm Fixed Price supply:
The Government will host an optional site tour, available to all interested Contractors, to allow viewing of the Governments current environment, infrastructure, work location and gather any questions for answering in regards to contract objectives. The site tour will be hosted for one day only, tentatively scheduled July 6, 2016. All travel and lodging costs are the responsibility of the Contractor. The Contractor is responsible for providing their own transportation to the site.
Bid Protests Not Available

Similar Past Bids

Mountain home air force base Idaho 12 Sep 2016 at 5 PM
Mountain home air force base Idaho 30 Aug 2016 at 3 PM
Malmstrom air force base Montana 30 May 2019 at 7 PM
Center Kentucky 21 Aug 2018 at 7 AM
Location Unknown 18 Aug 2016 at 4 PM

Similar Opportunities

Oklahoma 16 Jul 2025 at 4 AM (estimated)
Oklahoma 16 Jul 2025 at 4 AM (estimated)
Pennsylvania 21 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)