AFOTEC Access Control System

Agency: DEPT OF DEFENSE
State: Nevada
Type of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Posted: Mar 30, 2024
Due: Apr 19, 2024
Solicitation No: F3GTCA4031AW01
Publication URL: To access bid details, please log in.
Follow
AFOTEC Access Control System
Active
Contract Opportunity
Notice ID
F3GTCA4031AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
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)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 29, 2024 04:47 pm PDT
  • Original Date Offers Due: Apr 19, 2024 04:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (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. This requirement is brand name or equal to DSX card access equipment listed below. Quotes submitted with alternate items must include descriptions and specification or alternate items to substantiate the “or equal” designation.



1. The solicitation number is F3GTCA4031AW01. This solicitation is a request for quotation (RFQ).



2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03, dated 23 February 2024.



3. This RFQ is to be solicited as a Total Small Business Set. The associated North American Industry Classification System (NAICS) code 334290 with a small business size standard of 800 employees.



4. The anticipated contract type will be a Firm Fixed Price (FFP). The contract line-item number (CLIN) structure is as follows:



Please refer to “Attachment 1 – Items List” for CLIN structure.



5. Description of requirement for the items to be acquired:



***Reference “Attachment 1-Items List” and “Attachment 2- AFOTEC Access Control System SoW” for specifications, descriptions, and additional information.



a. Delivery Date: 90 Days ARO



b. Place of Delivery: Nellis AFB, NV



c. Inspection and Acceptance: FOB Destination



6. Site Visit. Please RSVP to SSgt Ulysses Hernandez no later than Wednesday, 03 April 2024, at 1200 PDT.



FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services. (Sep 2023)



REQUIREMENTS. In accordance with FAR 52.204-7 and Defense FAR Supplement (DFARS) 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. All quotes shall include the following minimum information: Product Specifications, CAGE code, SAM Unique Entity ID, Payment Terms, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time.



SITE VISIT. A site visit will be held at Nellis AFB, NV in Building 584 on Wednesday, 10 April 2024, at 1200 PDT. Please RSVP no later than Wednesday, 03 April 2024, at 1200 PDT. Send an RSVP email to SSgt Ulysses Hernandez ulysses.hernandez@us.af.mil and to Agatha Morrison at agatha.morrison@us.af.mil. Include your company name, the name of the individual(s) attending, company phone number, phone number of the individual(s) attending. There may only be two (2) representatives per company. (NOTE: Vendors will be met at the Nellis AFB Main Gate at no earlier than 0915 PDT. Vendor are required to provide a valid driver’s license [this must be a Real ID or two (2) forms of identification, proof of insurance and car registration].



QUESTIONS AND ANSWERS. The intent of this Q&A is to provide the offerors the opportunity to clarify the technical aspects of the requirement in accordance with the solicitation along with all applicable attachments and justifications. Questions received for other than clarification purposes, answers may not be provided. All questions must be submitted via email to SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil. The deadline for submitting questions is Friday, 12 April 2024, at 1200 PDT. Questions submitted after the cut-off date will not be reviewed or answered. Answers will be provided by Wednesday, 17 April 2024, at 1600 PDT.



QUOTE DUE DATE. Quotes are due on Friday, 19 April 2024, at 1600 PDT. Only electronic offers submitted via email will be considered for this requirement. Submit offers to SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.



(End of Provision)



FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Nov 2021)



(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is the lowest-priced, technically acceptable (LPTA). This is an “all or none” requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.



Technical Acceptable/Unacceptable Ratings---



Acceptable: Offeror has followed instructions in 52.212-1. Offeror’s quote clearly meets the requirement as stated in the solicitation and all attachments.



Unacceptable: Offeror has not followed instructions in 52.212-1. Offeror’s quote does not meet the requirement as stated in the solicitation and all attachments.



(End of Provision)



FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):



http://www.acquisition.gov/



(End of clause)



PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE



FAR 52.204-7 System for Award Management (Oct 2018)



FAR 52.204-13 System for Award Management Maintenance (Oct 2018)



FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (Dec 2023)



FAR 52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024)



FAR 52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)



FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Feb 2024)



FAR 52.219-1 - Small Business Program Representations (Feb 2024)



FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016)



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)



DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)



DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021)



DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)



DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023)



DFARS 252.211-7003 Item Unique Identification and Valuation (Jan 2023)



DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)



DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024)



DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)



DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)



DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)



DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (Jun 2023)



DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023)



DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023)



DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)



DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023)



DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023)



DAFFARS 5352.201-9101 - Ombudsman (Jul 2023)



DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jul 2023)



List of Attachments



Attachment 1- ACS Items List



Attachment 2- ACS SoW


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 04:47 pm PDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 19, 2024[Combined Synopsis/Solicitation (Updated)] AFOTEC Access Control System
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...and installation, footing installation, access control ground loop installation, stanchion footing..., control integration ...

Nevada Government eMarketplace (NGEM)

Bid Due: 5/28/2024

...to replace selected existing chilled water coils, control valves, and associate appurtenances...=mbd20ffbb7d3d213d400cf62cf1f0011f Join ...

Nevada Government eMarketplace (NGEM)

Bid Due: 5/10/2024

...and relocations, traffic control devices/signage, and pavement markings, and other related items of ...

Nevada Government eMarketplace (NGEM)

Bid Due: 6/06/2024

..., drainage pipes, rip/rap, erosion control, signs, revegetation and related improvements. This project... ...

Nevada Government eMarketplace (NGEM)

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.