Federal Bid

Last Updated on 25 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

IICS Controller Software and Installation

Solicitation ID FA5205-14-Q-SC09
Posted Date 31 Aug 2014 at 12 AM
Archive Date 25 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5205 35 Cons Pk
Agency Department Of Defense
Location United states
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA5205-14-Q-SC09; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-69, DCP 20130808, and AFAC 2013-0327. This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 423430. The business size standard is 100 employees. The Federal Supply Class (FSC) is 7010. The Standard Industrial Classification (SIC) is 5045.


CLIN 0001 Facima Building Management System Installation and Settings or equal.
Manufacturer: Mitsubishi
Bldg 794 Server configuration/settings/ Graphic design and installation, database installation, PLC-DDC Device configuration.

Contractor will provide for installation at 19 different buildings on Misawa Air Base.

Contractor will provide for server configuration and settings, Database backup, editing and install.

All quotations must include any applicable Japanese Consumption Tax.


All software must be capable of working with existing Mitsubishi system.

Installation will be included in the quotation.

Award shall be made in the aggregate, all or none.

EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government with price being the only considered factor

The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in

FAR 52.212-1 Instructions to Offerors -- Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation)
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.228-3 Workers Compensation Insurance (Defense Base Act)
FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas
FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.244-7000 Subcontracts for Commercial Items
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.242-9000 Contractor Access to Air Force Installation

The following provisions and/or clauses only apply to stateside vendors:

FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action for Workers with Disabilities
DFARS 252.232-7010 Levies on Contract Payments

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

Please send any response to [email protected] NO LATER THAN 1500 on 10 Sep 14 (JST) or 0200 on 10 Sep 14 (EST). Point of contact is Sara Chesser, TSgt, Contracting Officer, telephone 011-81-176-77-4894, [email protected]. Alternate POC is MSgt Shawn Hires, Contracting Officer, telephone 011-81-176-77-5336, [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Aug 2014 at 12 AM
Illinois 13 Jun 2025 at 11 AM
Location Unknown 01 Aug 2014 at 8 AM
Illinois 04 Apr 2025 at 12 PM

Similar Opportunities