Combine Solicitation – Mass Notification System (Repost)
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Mass Notification System (Repost)
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: F1T1DE4072AC01_2
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Eglin Air Force BaseEglin, FL
Place of Performance (zipcode): 32542
Place of Performance Country: US
Description:
Air Force Materiel Command
AFTC/PZIO - Eglin
COMBINED SYNOPSIS/SOLICITATION
FOR
MASS NOTIFICATION SYSTEM (MNS)
The Air Force Test Center, Operational Contracting Division,
The requirement consists of the following items:
CLIN0001: Base
Giant Voice System maintenance contract in accordance with (IAW) the Performance Work Statement (PWS) Period of performance is for time of award (estimated
CLIN0002: Option Year 1
Giant Voice System maintenance contract in accordance with (IAW) the Performance Work Statement (PWS) Period of performance is
CLIN0003: Option Possible 6 Months Extension
Period of performance is
PERFORMANCE WORK STATEMENT
FOR
GIANT VOICE SYSTEM MAINTENANCE CONTRACT
1. SCOPE OF WORK
The contractor shall provide all support, service, scheduled and unscheduled maintenance and preventive maintenance on the
1.1. DESCRIPTION OF SERVICES. The contractor shall provide all support, service, scheduled and unscheduled maintenance and preventive maintenance on the
1.2. Performance Period
The contractor shall perform the services in the PWS for the identified period identified in the final contract; not to exceed 2 years.
1.3. Place of Performance
The contractor shall perform the services in the Performance Work Statement at
1.4. SPECIFIC TASKS. The contractor will provide a cost list, referred to as a menu, of services, technician rates, preventive maintenance inspection costs and predicted contractor costs, i.e. equipment rental costs.
1.4.1The contractor will respond on an as-needed basis to troubleshoot, repair and/or restore the operability of the 20 speaker positions and four communication control units that make up the GIANT VOICE system.
1.4.2. Once notified of work to be completed, the contractor will reply within 72 hours with a scheduled site visit.
1.4.3. The contractor will assess, survey, inspect and perform an operational check of the GIANT VOICE system to determine positions requiring repair, the repairs needed to be made and the parts to be replaced/repaired in order to restore all positions to full operation.
1.4.4. Upon completion of the assessment of the system, the contractor will provide a detailed list of work to be completed to restore the system to full operation. The contractor will also provide an itemized cost list for all parts and equipment requiring replacement, labor costs to accomplish the repair as well as travel and per diem costs for technicians. The contractor will provide a final cost estimate with the bottom-line dollar quotation for each visit or repair.
1.4.5. The contractor will provide all service, labor, materials, supplies, equipment, tools, machinery, investigations, studies, project supervision, and travel to perform the assessment and repairs.
1.4.6 Upon completion of the repairs, the contractor and a representative from the 96
1.4.7 Contractor shall ensure no debris or equipment remains in the work area upon completion of repair work.
2. BASIC SERVICES. The Eglin GIANT VOICE system is used to provide mass-notification to base personnel in the event that information needs to be disseminated at a moment's notice.
2.1 The equipment to be supported is made up of a total of 20 speaker positions - 19 positions installed on
2.2 The GIANT VOICE speakers are installed on water towers, poles and buildings at various heights across the base. The equipment cabinets and solar panels are mounted at various heights on towers, poles and buildings.
3. SYSTEM DESCRIPTION. The Eglin GIANT VOICE system is an ATI system. The four CCUs to be supported are Model REACT-4000. Each speaker position is made up of an outdoor speaker unit, an associated solar panel and a high power four speaker array. Each of the positions is remotely activated by an associated CCU via radio frequency. The CCUs are located at the locations in the table below.
! CCU Number ! Location !
! 1 !
! 2 ! Maintenance CCU, Personal Wireless Communications Systems Office, Building 250 !
! 3 ! Mobile CCU, Mobility and Readiness Office, Building 1392 !
! 4 !
!
The 20 speaker positions are a four-horn array, installed at strategic locations across the base so as to provide optimum message dissemination. The locations of the speaker positions are identified in the table below.
! Position Number ! Location !
! 1 !
! 2 ! 33rd Flight line Area !
! 3 ! Perimeter Rd Ammo Area !
! 4 ! Building 614,
! 5 ! Building 10800 Housing Office,
! 6 !
! 7 ! DOES NOT EXIST !
! 8 ! Building 1355, Mole Hole !
! 9 ! Building 1324,
! 10 ! 33 Flight line Area !
! 11 ! Building 1392, Readiness Center !
! 12 ! East Gate Track !
! 13 !
! 14 ! Building 225,
! 15 !
! 16 ! Base Exchange (BX) !
! 17 ! DOES NOT EXIST !
! 18 ! Water Tower Next to
! 19 !
! 20 ! Water Tower Next to Hospital !
! 21 ! Building 1 !
! 22 !
!
The location of each installed speaker position is depicted in Eglin AFB GIANT VOICE Speaker Positions Picture 1 and 2.
Eglin AFB GIANT VOICE Speaker Positions Picture 1
The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-072 effective as of
The following provisions and clauses are applicable:
* FAR 52.203-16, Preventing Personal Conflicts of Interest (
* FAR 52.204-7, Central Contractor Registration (
* FAR 52.204-8, Annual Representations and Certifications (
* FAR 52.204-9, Personal Identity Verification of Contractor Personnel (
* FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
* FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
* FAR 52.212-1, Instructions to Offerors - Commercial (
* FAR 52.212-2, Evaluation, Commercial Items (
* FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (
* FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (
* FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (
* v FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
* v FAR 52.219-6, Notice of Total Small Business Set-Aside (
* v FAR 52.219-8, Utilization of Small Business Concerns (
* v FAR 52.219-14, Limitations on Subcontracting (
* v FAR 52.219-28, Post Award Small Business Program Representation (
* v FAR 52.222-3, Convict Labor (
* v FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies (
* v FAR 52.222-21, Prohibition of Segregated Facilities (
* v FAR 52.222-26, Equal Opportunity (
* v FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (
* v FAR 52.222-36, Affirmative Action for Workers With Disabilities (
* v FAR 52.222-37, Employment Reports on Special Disabled Veterans,
* v FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act (
* v FAR 52.222-54, Employment Eligibility Verification (
* v FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
* v FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (
* v FAR 52.222-41, Service Contract Act of 1965 (
* v FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (
* v FAR 52.222-43, Fair Labor Standards Act and Service Contract Act (
* FAR52.213-2, Invoices (
* FAR 52.217-5, Evaluation of Options (
* FAR 52.217-8, Options to Extend Services (
* FAR 52.217-9, Option to extend the terms of the contract (
* FAR 52.219-6, Notice of Total Small Business Set-Aside (
* FAR 52.219-28, Post-Award Small Business Program Rerepresentation (
* FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (
* FAR 52.222-21, Prohibition of Segregated Facilities (
* FAR 52.222-26, Equal Opportunity (
* FAR 52.222-36, Affirmative Action for Workers with Disabilities (
* FAR 52.222-41, Service Contract Act of 1965, As Amended (
* FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (
* FAR 52.222-50, Combating Trafficking in Persons (
* FAR 52.228-5, Insurance - Work on a Government Installation (
* FAR 52.232-8, Discounts for Prompt Payment (
* FAR 52.232-18 Availability of Funds (
* FAR 52.233-3, Protest After Award (
* FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (
* FAR 52.237-3, Continuity of Services (
* FAR 52.246-4, Inspection of Services Fixed Price (
* FAR 52.247-34, F.O.B Destination (
* FAR 52.249-12, Termination (Personal Services) (
* FAR 52.252-2,
* FAR 52.252-6, Authorized Deviation in Clauses: http://farsite.hill.af.mil/vfdfara.htm
- DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD;
Officials (
- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (
* DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (
* DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (
* DFARS 252.204-7008, Export-Controlled Items (
* DFARS 252.211-7003, Item Identification and Valuation (
* DFARS 252.225-7001- Buy American Act and Balance of Payments Program (
* DFARS 252.232-7003, Electronic Submission of Payment Requests (
* DFARS 252.232-7007, Limitation of Government's Obligation (
* DFARS 252.243-7001, Pricing of Contract Modification (
* DFARS 252.243-7002, Requests for Equitable Adjustment (
* DFARS 252.247-7023, Transportation of Supplies by Sea (
* DFARS 252.223-7008, Prohibition of Hexavalent Chromium (
* DFARS 252.232-7010, Levies on Contract Payments (
* AFFARS 5352.201-9101, Ombudsman (
* 5352.242-9000, Contractor Access to Air Force Installation (
* 5352.242-9001, Common Access Cards for Contractor Personnel (
* LOCAL CLAUSE H-850:
WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE
SF 1449
THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF.
Invoice Type: INVOICE AND RECEIVING REPORT (COMBO)
*Contract Number:
*Delivery Order:
*Issue Date:
*Issue DODAAC:
*Admin DODAAC:
Inspected By DODAAC/Ext:
*Ship To Code/Ext: See Contract Line Item
Ship From Code:
*Pay DODAAC:
ADDITIONAL EMAIL NOTIFICATIONS:
1. Acceptors, Name, Phone, Email
2. PCO's Name, Phone, Email
3. Contract Specialist Name, Phone, Email
Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system.
WAWF may be accessed at https://wawf.eb.mil.
WAWF Training may be accessed online at http://www.wawftraining.com.
Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.
The following clauses and provisions apply to this solicitation and are included in full text:
FAR 52.212-1- INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS (
THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE.
ADDENDUM TO 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS
SPECIFIC INSTRUCTIONS
* 1. Instructions: This section of the instructions to offerors prescribes the format of the proposal and describes the approach for the development and presentation of quotation data. The instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of the proposal. Submit a clear and complete quotation as detailed in this section and FAR 52.212-2, Evaluation-Commercial Items. Include only information that is relevant to this solicitation. The offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's quotation. Pages in excess of the maximum will be removed from the quotation and will not be evaluated.
* 2. Quotation Format: The proposal shall be 8 1/2" x 11" paper except for foldouts used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information and excludes such things as blank pages, title pages, tables of contents, tabs, dividers, and indices. All pages shall have a minimum margin of 1" on the sides and 1/2" on top and bottom, (excluding document numbers, classification markings, and page numbers). All material must be contained within the page limits identified. Type shall be 12-point font. Text lines shall be spaced a minimum of 1 space. Elaborate formats, bindings or color presentations are not desired or required.
* 3. Quotation Structure: The composition of each proposal shall be such that extensive searching throughout the document is not required to locate and evaluate any area. Total page count will be determined by the number of printed pages (printing on both sides of the paper will be counted as two pages). The proposal shall be divided, tabbed, and indexed. The proposal shall contain sufficient information to enable evaluators to make complete analyses of the proposals. Include all available information pertaining specifically to the solicitation requirements FAR 52.212-2, Evaluation-Commercial Items.
* 4. Submissions: You must submit original and one (1) paper copy. You may submit one (1) electronic copy on CD ROM. Floppy disks and zip disks are not acceptable.
* 5. Disposition of Quotations: After contract award, the Government will dispose of unsuccessful quotation s as follows: one copy will be retained with the contract file; the additional copies will be destroyed. No destruction certificate will be provided.
* 6.
To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Technical Proposal. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on the initial offers received, without discussion of such offers.
The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/far/FAR15.DOC#b154062 [FAR 15.406-2] will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.
Documents submitted in response to this RFQ must be fully responsive to and consistent with the following:
1. Requirements of the RFQ Contract Line Item (CLIN) and Performance Work Statement (PWS), and Government standards, instructions and regulations pertaining to the Performance Work Statement.
2. The proposal shall consist of two separate and detachable submissions as listed below.
3. Evaluation Factors for Award in FAR 52.212-2 of this RFQ.
4. Any limitation on the number of proposal pages as follows:
Quotation Page Limitations:
Cost/Price (Part I): The Cost/Price proposal is not page limited; however, the Cost/Price proposal shall be used for only cost/price information.
Technical Capability (Part II): Maximum of 30 pages total
Pages exceeding the page limitations set forth in this Section will not be read nor evaluated, but will be removed from the proposal.
Contents for each proposal shall be as follows:
COST/PRICE QUOTATION - Submit original and one (1) copy
The offeror shall provide a firm fixed price (FFP) proposal in accordance with the Contract Line Items. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/far/FAR15.DOC#b154062 [FAR 15.406-2] will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price
The technical information shall not make reference to price data.
The technical capability proposal should be specific, detailed, and clearly demonstrate that the offeror has a thorough understanding of the requirements for the accomplishment of this effort. The technical capability proposal shall address the following factors as stated in the evaluation factors for award:
A - Technical Solution Approach: The offeror shall provide a Technical Solution Quotation consistent with the Addendum to FAR 52.212-2 para. 2, Evaluation Factor II, Technical Solution Proposal.
The evaluation process shall proceed as follows:
EVALUATION FACTORS:
Part I - Price Evaluation:
Price Evaluation. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. Initially, offers will be ranked according to the Lowest Price Technically Acceptable (LPTA).
ADDENDUM
BASIS FOR CONTRACT AWARD:
1. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The government is interested in quotations that offer the best value in meeting the requirements with acceptable risk at a fair and reasonable price. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
Note: The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later the Contracting Officer determines to be necessary. The Government may reject any and all offers if such is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in received offers.
Part II - Technical Acceptability
* A. Technical Solution Approach: The government technical evaluation team shall evaluate the offer with the Lowest Price Technically Acceptable (LPTA) to determine the contractor's qualification for the requirement as detailed in the PWS. Technical information will be evaluated based on how the contractor will meet the staffing/management needs of the proposed team and the contractors plan to have the team in place by an estimation of
* 1. An explanation and example of how the contractor will meet the staffing requirement.
2. An explanation of how the contractor will meet the timeline and have a staff in place by estimation of
If the offer with the LPTA is determined to be technically unacceptable, the government technical evaluation team shall evaluate the offer with the next lowest TEP. This succession shall continue until the lowest price, technically acceptable offer is established.
End of Addendum to FAR 52.212-2-Evaluation of Commercial Items
Site Visit.
A site visit will be available upon request.
QUOTES MUST BE RECEIVED AT THE FOLLOWING ADDRESS no later than
AFTC/PZIOAA (Contracting)
Attn:
308 West "D" Ave., Bldg. 260, Ste. 130
Any electronic responses shall be submitted electronically to mailto:[email protected] and/or [email protected] concerning this acquisition.
Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than
Link/URL: https://www.fbo.gov/notices/c464a8ff8adce3a63e7175a30e0f1351
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 4071 |



Advisor News
- GRASSLEY: WORKING FAMILIES TAX CUTS LAW SUPPORTS IOWA'S FAMILIES, FARMERS AND MORE
- Retirement Reimagined: This generation says it’s no time to slow down
- The Conversation Gap: Clients tuning out on advisor health care discussions
- Wall Street executives warn Trump: Stop attacking the Fed and credit card industry
- Americans have ambitious financial resolutions for 2026
More Advisor NewsAnnuity News
- Retirees drive demand for pension-like income amid $4T savings gap
- Reframing lifetime income as an essential part of retirement planning
- Integrity adds further scale with blockbuster acquisition of AIMCOR
- MetLife Declares First Quarter 2026 Common Stock Dividend
- Using annuities as a legacy tool: The ROP feature
More Annuity NewsHealth/Employee Benefits News
- POTENTIAL IMPLICATIONS OF THE NEW MEDICAID DATA SHARING AGREEMENT BETWEEN CMS AND ICE
- MANAGING OVERHEAD COSTS? CHOOSE A STABLE HEALTH INSURANCE PLAN
- COMMITTEE VOTES TO EXPAND COVERAGE FOR PROSTATE CANCER SCREENINGS ALABAMA COULD BECOME TENTH STATE TO ENACT SCREENING COVERAGE LAW
- WITHOUT THE HYDE AMENDMENT, ACA PLANS WILL ALLOW TAXPAYER-FUNDED ABORTION
- GRASSLEY: WORKING FAMILIES TAX CUTS LAW SUPPORTS IOWA'S FAMILIES, FARMERS AND MORE
More Health/Employee Benefits NewsLife Insurance News