(IAW FAR 12.603)
Solicitation Number: F3Y0AA9192A003
Preemptive Traffic Control System
This is a combined synopsis/solicitation for commercial items 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83.
The Air Force Sustainment Center (AFSC/PZIOA) at Tinker Air Force Base Oklahoma, intends to award one firm fixed price contract for the acquisition of material listed below.
(Total Small Business)
Sole Source to Consolidated Traffic Controls Inc. Cage Code 1QYS8
NAICS Code: 334220 Size Standard: 1250
Note: All CLINs are Firm Fixed Price (FFP)
CLIN # |
Part Number/Noun |
Quantity |
Unit of Issue |
Delivery Date |
0001-AA |
FY19 Planning PR for 9 intersections at Tinker AFB. Fire & Emergency Services Preemptive Traffic Control System. |
1 |
EA |
90 Days ARO |
72 ABW/CEF (Tinker Fire and Emergency Services) requires a multi-phase traffic preemption system with radio based GPS technology.
•1.1. Vendor will provide Tinker Fire and Emergency Services preemptive traffic control system/components for 9 (nine) intersections/traffic lights on Tinker AFB. (East Drive and Entrance Road A, East Drive and Entrance Road C, East Drive and Bradley Drive, Arnold Avenue and F Street, Arnold Avenue and H Street, Arnold Avenue and M Street, Arnold Avenue and McNarney Avenue and Air Depot Blvd and Reserve Road).
1.2 Vendor will ensure that all system components are in appropriate weather proof enclosures.
1.3 Vendor will complete acceptance testing of each of the 9 (nine) intersections/traffic lights prior to leaving the installation.
CLIN |
DELIVERY DATE |
QUANTITY |
SHIP TO ADDRESS |
UIC |
0001-AA |
90 Days ADC |
N/A |
Jolene Nilkumhang, 405-739-4237 Bldg 400 TINKER AFB OK 73145-9125 |
F3Y0AA |
Terms and Conditions
FAR 52.212-1. Instructions to Offerors - Instructions to Offerors -- Commercial, applies to this acquisition.
FAR 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, FAR 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: CLAUSES INCORPORATED BY REFERENCE
52.202-1 |
Definitions |
NOV 2013 |
|
52.203-5 |
Covenant Against Contingent Fees |
MAY 2014 |
|
52.203-7 |
Anti-Kickback Procedures |
MAY 2014 |
|
52.203-16 |
Preventing Personal Conflicts of Interest |
DEC 2011 |
|
52.203-17 |
Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights |
APR 2014 |
|
52.204-9 |
Personal Identity Verification of Contractor Personnel |
JAN 2011 |
|
52.204-13 |
System for Award Management Maintenance |
OCT 2016 |
|
52.204-18 |
Commercial and Government Entity Code Maintenance |
JUL 2016 |
|
52.204-18 |
Commercial and Government Entity Code Maintenance
|
JUL 2016 |
|
52.204-19 |
Incorporation by Reference of Representations and Certifications. |
DEC 2014 |
|
52.209-10 |
Prohibition on Contracting With Inverted Domestic Corporations |
NOV 2015 |
|
52.212-4 |
Contract Terms and Conditions--Commercial Items |
JAN 2017 |
|
52.219-6 |
Notice Of Total Small Business Set-Aside |
NOV 2011 |
|
52.222-50 |
Combating Trafficking in Persons |
MAR 2015 |
|
52.232-40 |
Providing Accelerated Payments to Small Business Subcontractors |
DEC 2013 |
|
52.252-2 |
Clauses Incorporated By Reference |
FEB 1998 |
|
252.204-7012 |
Safeguarding Covered Defense Information and Cyber Incident Reporting |
OCT 2016 |
|
252.225-7048 |
Export-Controlled Items |
JUN 2013 |
|
252.232-7003 |
Electronic Submission of Payment Requests and Receiving Reports |
JUN 2012 |
|
252.247-7023 |
Transportation of Supplies by Sea |
APR 2014 |
|
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
Quotations are due by: 25 Sept., 2019 by 3:00 PM Central Standard Time (CST). Contact the following individual (s) for information regarding this solicitation:
Donald (Jay) Wallar Contacting Specialist [email protected]
Or
Shelley Moore 405-739-4286
Contracting Officer
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: |
|
BUSINESS WEB ADDRESS: |
|
CONTACT PERSON: |
|
TELEPHONE: |
FAX: |
E-MAIL: |
|
2. Supplies/Services and Prices/Costs |
|
CLIN 0001 Proposed Price: Unit/EA Price: $_ Total Price for CLIN 0001AA: $ |
|
Total Proposed Price for all CLINs: $ _ |
|
DISCOUNT TERMS:
NET 30 or % IN DAYS |
DAYS REQUIRED FOR DELIVERY: |
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. |