United States - Camera System for the Frequency Control Analysis (FCA) vehicle remote control capability

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 September 2019
Opportunity publication date
07 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 06, 2019 4:47 pm

Combined Synopsis/Solicitation

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 number FA2521-19-Q-B106 shall be used to reference any written quote provided under this request for quote.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01; Effective 20 Dec 2018.
This is a set-aside for Small Business.
The North American Industry Classification System (NAICS) code for this project is 333316 with a size standard of 1,000 Employees.
DESCRIPTON OF REQUIREMENT: Product: Commercial. Procure camera system for the Frequency Control Analysis (FCA) vehicle's remote control capability. All items below are being solicited as "Brand name or Equal." "Or Equal" products must meet or exceed the following technical requirements to be considered eligible for award:
Quantity: 21; XNP-6120H Samsung 2.1MP H.265 Outdoor PTZ Dome IP Security Camera
-Outdoor Dome PTZ.
-Max. 2Megapixel (1920 x 1080) resolution.
-Low light sensitivity: Color : 0.03 Lux (F1.6, 1/30sec), B/W : 0.003 Lux (F1.6, 1/30sec) 16 : 9 Full HD (1080p) resolution support.
-5.2 ~ 62.4mm (12x) optical zoom, 32x digital zoom. H.265, H.264, MJPEG codec support
-Multiple streaming. Day & Night (ICR), WDR (150dB)
-Intelligent video analytics.
-SD/SDHC/SDXC memory slot (Max.512GB).
-IP66, IK10, Bi-directional audio support
Quantity: 7; XRN-810S-2TB Samsung 2TB 8 Channel H.265 Network Video Recorder
-2TB RAW NVR.
-Up to 8 CH @12MP Each.
-Supports H.265/H.264/MJPEG. Max 4 HDDs.
-HDMI/VGA Local Dual Monitor.
-HDMI up to UHD (4K) Resolution.
-8 PoE/PoE+ Ports.
-ONVIF Camera Compliant
Quantity 7; SNP-L6233RH Samsung 2MP IR PTZ Dome IP Security Camera
-23x Optical Zoom
-PTZ Network Camera.
-Max. 2M (1920 x 1080) resolution.
-16 : 9 Full HD (1080p) resolution support.
-4.4 ~ 101.2mm (23x, H : 63.68°(Wide) ~ 3.1°(Tele) IR illuminator with a range of 328ft. (100m).
-Color : 0.3Lux (1/30sec, F1.6, 50IRE).
-IR corrected optical zoom, H.264, MJPEG dual codec, Multiple streaming.
-Day & Night (ICR), WDR (100dB).
-Intelligent video analytics.
-IP66, IK10, IR LED (2ea)
PERIOD OF PERFORMANCE: 30 days ARO
BID SCHEDULE. The bid schedule is as follows:
CLIN Description Qty Unit Unit Price Total Amount
0001 Outdoor PTZ Dome IP Security Camera 21 Ea. Samsung XNP-6120H "or equal"
0002 2TB 8 Channel Network Video Recorder 7 Ea. Samsung XRN-810S-2TB "or equal"
0003 2MP IR PTZ Dome IP Security Camera 7 Ea. Samsung SNP-L6233RH "or equal"
INSTRUCTIONS TO OFFERORS/VENDORS.
FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies:
FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies:
The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote".
Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above."
Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 30 Sep 19."
QUOTE(S) DUE DATE/TIME: 3:00 PM EST on Monday, 16 Sep 19
EMAIL QUOTE(S) TO: jason.pominski@us.af.mil
ALL QUOTES MUST BE SENT TO THE EMAIL ADDRESS AS STATED ABOVE. STRICT ADHERENCE TO THE INSTRUCTIONS IN THIS NOTICE ARE REQUIRED OTHERWISE YOUR SUBMISSION CAN AND WILL BE CONSIDERED NONRESPONSIVE.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
QUESTIONS: All questions regarding this solicitation shall be emailed to the POC identified above by 3:00 PM EST on 11 Sep 19.
Quotes shall provide the following information:
1. Technical - Not to exceed 5 pages. Submit product manufacurer's technical specifications or data sheets if quoting on an "or equal" product. Provide product warranty information as well as delivery timeframe after award (FOB Destination).
2. Price - Not to exceed 1 page. Pricing should follow the bid schedule identified above, be broken down per unit, and include an overall total price. All prices should include delivery (FOB Destination).
Additionally, provide the following information as part of your quote:
Company Name:
DUNS Number:
Cage Code:
Number of Employees:
Total Yearly Revenue:
Note: The information required above is to determine size of business.
Payment Terms (Net 30 or otherwise as applicable):
Note: Advance payment/financing is NOT available for this requirement.
EVALUATION CRITERIA/BASIS FOR AWARD.
FAR provision 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable:

(a) 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 other factors considered. The following factors shall be used to evaluate offers:
(i) Technical - Technical shall be rated as acceptable or unacceptable. Technical acceptability will be determined based on product specifications/information submitted to show products quoted meet all requirements identified in the Description of Requirement above.
(ii) Price - Price shall be broken down per unit, be inclusive of delivery, and include a total overall price.
Technical is considered equal when compared to price.
IAW FAR 13.106 the basis of award will be as follows: After preliminary consideration of all quotations to determine responsiveness and responsibility, award will be made to the lowest priced quote determined to be technically acceptable.
The government intends to award without discussions, but reserves the right to seek clarification on information submitted or hold discussions, if in the government's best interest.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
FAR provision 52.204-7 - System for Award Management (Oct 2018) applies to this acquisition:

All companies must be registered in the System for Award Management at https://www.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award.
FAR provision 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) applies to this acquisition:
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014):
(a) 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 other factors considered. The following factors shall be used to evaluate offers: Price, Delivery timeframe (Delivery), and Technical capability of the item offered to meet the Government requirement (Technical). Delivery and Technical being significantly more important than Price
FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 18), with its Alternate I (Oct 14), applies to this acquisition.
FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum:
Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.
Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.
FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 2019), applies to this acquisition.
Additionally, the following FAR clauses cited in 52.212-5 are applicable and must flow down to any subcontracting opportunity in regards to this contract:

52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 10)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18)
52.222-21 Prohibition of Segregated Facilities (Apr 15)
52.222-26 Equal Opportunity (Sep 16)
52.222-36 Affirmative Action for Workers with Disabilities (Jul 14)
The following clauses and provisions are also applicable to this requirement:
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16)
52.204-13 System of Award Management Maintenance (Oct 18)
52.204-16 Commercial and Government Entity Code Reporting (Jul 16)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 16)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16)
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (Aug 19)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 19)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15)
52.219-28 Post Award Small Business Program Re-representation (Jul 13)
52.222-3 Convict Labor (June 03)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 18)
52.222-35 Equal Opportunity for Veterans (Oct 15)
52.222-37 Employment Reports on Veterans (Jun 19)
52.222-50 Combating Trafficking in Persons (Jan 19)
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 16) (E.O.13693)
52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 07)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11)
52.224-3 Privacy Training (Jan 2017)
52.225-13 Restriction on Certain Foreign Purchases (Jun 08)
52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02)
52.232-30 Installation Payments for Commercial Items (Jan 17)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13)
52.233-3 Protest after Award (Aug 96)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 04)
52.239-1 Privacy or Security Safeguards (Aug 96)

DFARS Clauses:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11)
252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16)
252.204-7004 DoD Antiterrorism Awareness Training for Contractors (Feb 2019)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16)
252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16)
252.211-7003 Item Identification and Valuation (Mar 16)
252.211-7006 Passive Radio Frequency Identification (Jun 16)
252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10)
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation (Jun 15)
252.223-7008 Prohibition of Hexavalent Chromium (Jun 13)
252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14)
252.225-7001 Buy American and Balance of Payments Program (Dec 16)
252.225-7001 Alternate I (Dec 17)
252.225-7012 Preference for Certain Domestic Commodities (Dec 16)
252.225-7020 Trade Agreements Certificate (Nov 14)
252.225-7021 Trade Agreements (Aug 19)
252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12)
252.232-7006 Wide Area Workflow Payment Instructions (May 13)
252.232-7010 Levies on Contract Payments (Dec 06)
252.244-7000 Subcontracts for Commercial items (Jun 13)
252.247-7023 Transportation of Supplies by Sea (Feb 19)
252.247-7028 Application for U.S. Government Shipping Documentation/Instructions (Jun 12)
252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 14)
252.225-7035 Alternate I (Nov 14)
252.225-7035 Alternate II (Nov 14)
252.225-7035 Alternate III (Nov 14)
252.225-7035 Alternate IV (Nov 14)
252.225-7035 Alternate V (Apr 19)
252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 16
252.225-7036 Alternate I (Dec 17)
252.225-7036 Alternate II (Dec 17)
252.225-7036 Alternate III (Dec 17)
252.225-7036 Alternate IV (Dec 17)
252.225-7036 Alternate V (Dec 17)
252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10)
252.246-7008 Sources of Electronic Parts (May 16)
The following AFFARS clauses are applicable to this solicitation:

5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil.
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.

Opportunity closing date
16 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force 45CONS (Bldg 423) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?