Search Contract Opportunities

B614 Security Camera System

ID: W50S8N-24-Q-0017 • Type: Synopsis Solicitation

Description

Posted: Sept. 23, 2024, 2:42 p.m. EDT

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.

This solicitation is issued as a Request for Quotation (RFQ), solicitation number W50S8N-24-Q-00017, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2024-06 effective 29 Aug 2024). The North American Industry Classification System (NAICS) number is 561621 and the small business size standard is $25mil. The proposed acquisition is 100% set-aside for small businesses.

Requirement: Security Camera System

SEE ATTACHED PARTS LIST- CLIN 0001

CLIN 0001 See attached file titled parts list.

Delivery is 30 days

Purchase with install must be included in total price

Award will be based on lowest price

-All quotes are due NLT 2:00 p.m. eastern on 25 September 2024

** Note, please see 52.232- Availability of Funds Clause***

Delivery Address is:

174th Attack Wing

6001 E. Molloy Rd.

Syracuse, NY 13211

A. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items.

B. Offerors shall remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS IAW FAR 52.212-3, following the instructions as provided in the clause.

C. By offer submission in response to this synopsis the offeror agrees to comply with all terms and conditions IAW FAR 52.212-4 - Contract Terms and Conditions - Commercial Items.

D. The following PROVISIONS/CLAUSES to be incorporated into this RFQ and subsequent order as applicable:

CLAUSES INCORPORATED BY REFERENCE (Full text can be accessed at: http://farsite.hill.af.mil)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality

Agreements or Statements JAN 2017

52.204-7 System for Award Management OCT 2018

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards JUN 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-23 Prohibition on Contracting for Hardware, Software, and

Services Developed or Provided by Kaspersky Lab and Other

Covered Entities. JUL 2018

52.204-24 Representation Regarding Certain Telecommunications and

Video Surveillance Services or Equipment. OCT 2020

52.204-25 Prohibition on Contracting for Certain Telecommunications

and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services Oct 2020

52.209-10 Prohibition on Contracting With Inverted Domestic

Corporations NOV 2015

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.222-3 Convict Labor JUN 2003

52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-41 Service Contract Labor Standards AUG 2018

52.222-43 Fair Labor Standards Act And Service Contract Labor

Standards - Price Adjustment (Multiple Year And Option

Contracts) AUG 2018

52.222-50 Combating Trafficking in Persons OCT 2020

52.223-18 Encouraging Contractor Policies To Ban Text Messaging

While Driving JUN 2020

52.225-13 Restrictions on Certain Foreign Purchases FEB 2021

52.232-33 Payment by Electronic Funds Transfer--System for Award

Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

52.233-1 Disputes MAY 2014

52.233-3 Protest After Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

52.253-1 Computer Generated Forms JAN 1991

252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019

252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident Reporting DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation

Support MAY 2016

252.225-7048 Export-Controlled Items JUN 2013

252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006

252.247-7023 -- Transportation of Supplies by Sea Basic (Feb 2019)

CLAUSES INCORPORATED BY FULL TEXT

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 is lowest price technically acceptable to the New York Air National Guard (NYANG). The following factors shall be used to evaluate offers:

i. Price

(End of Provision)

FAR 52.212-5 -- Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation 2018-O0021) (Sep 2018)

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)

(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of Clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legalliability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Office

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 address:

http://farsite.hill.af.mil/

(End of Clause)

FAR 52.252-6 -- Authorized Deviations in Clauses (Apr 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation of any Defense Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Clause)

DFARS 252.232-7006 -- Wide Area Workflow Payment Instructions (Dec 2018)

(a) Definitions. As used in this clause

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense

Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic

Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall

(1) Have a designated electronic business point of contact in the System for

Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

____________________________________________________________

(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.)

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

____________________________________________________________

(Contracting Officer: Insert either Invoice 2in1 or the applicable invoice and receiving report document type(s) for fixed price line items for services.)

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial item financing, submit a commercial item financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.

[Note: The Contractor may use a WAWF combo document type to create some combinations of invoice and receiving report in one step.]

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF

Data to be entered in WAWF

Pay Official DoDAAC

Issue By DoDAAC

Admin DoDAAC**

Inspect By DoDAAC

Ship To Code

Ship From Code

Mark For Code

Service Approver (DoDAAC)

Service Acceptor (DoDAAC)

Accept at Other DoDAAC

LPO DoDAAC

DCAA Auditor DoDAAC

Other DoDAAC(s)

(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert See Schedule or Not applicable. )

(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

________________________________________________________________

(Contracting Officer: Insert applicable information or Not applicable. )

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

F. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price.

G. Quotes may be submitted electronically to Briana McCaffery at briana.mccaffery@us.af.mil and are due by 25 September 2024, 2:00 PM Eastern. Offers received after this date and time will be considered as late submissions in accordance with FAR 52.212-1(f) and will not be evaluated or considered. Please refer any questions to MSgt Briana McCaffery at briana.mccaffery@us.af.mil.

Posted: Sept. 19, 2024, 2:04 p.m. EDT
Posted: Sept. 18, 2024, 5:09 p.m. EDT
Posted: Sept. 18, 2024, 3:56 p.m. EDT
Background
This solicitation is issued by the New York Air National Guard (NYANG) as a Request for Quotation (RFQ) for a Security Camera System. The goal of the contract is to procure and install a comprehensive security camera system to enhance surveillance capabilities. This acquisition is set aside for small businesses, aligning with the agency's mission to support local enterprises while fulfilling its operational needs.

Work Details
The contract requires the delivery and installation of a Security Camera System, detailed as follows:

- **CLIN 0001**: Security Camera System components include:
- (1) 24-Channel Camera Station Appliance with camera licenses, 12TB storage, and integrated 24-port PoE switch.
- (2) Toshiba S300 Surveillance Hard Drives, each with 10TB capacity.
- (7) 4x8MP Indoor/Outdoor Multidirectional Dome Cameras.
- (7) Pendant Kits for Multidirectional Dome Cameras.
- (4) Corner Brackets.
- (4) Wall Mounts for Multidirectional Dome Cameras.
- (3) Indoor Telescopic Ceiling Mounts for Pendant Kits.
- (2) 4MP Dome IP Cameras with HDMI Output.
- (1) 8MP Outdoor Fixed Bullet IR Camera with a varifocal lens mounted on canopy for gate area view.
- (3) 5MP Outdoor Fixed Bullet IR Cameras with varifocal lenses mounted on canopy overhangs for various views.
- (1) HP Pavilion Gaming Desktop configured with an I5 processor, 16GB RAM, and NVIDIA GeForce graphics card for video display and review.
- (2) 4K Video Decoders capable of displaying up to a 4x4 matrix of cameras.
- (3) Samsung Commercial LED TVs, each in UHD resolution for supervisory office and warehouse locations.
- (3) Ceiling or wall mounts for displays.
- (2) IP Base Intercoms including HD cameras.
- (3) Indoor View Base Stations with a touchscreen interface.
- (3) Indoor View Desk Stands.
- (2) Network Strobe Sirens with multi-color illuminated LEDs for audio/visual alerts upon intercom activation.
- (1) Rack Mount KVM Switch with a built-in LCD monitor and keyboard/touchpad setup.
- (26) Category 6 Non-Plenum Data Drops including necessary patch panels and terminations.

- Installation, integration, testing, and training of all surveillance and intercom equipment are included in the total price.

Period of Performance
Delivery is required within **30 days** from the date of award.

Place of Performance
The delivery address for the equipment is:
174th Attack Wing
6001 E. Molloy Rd.
Syracuse, NY 13211

Overview

Response Deadline
Sept. 25, 2024, 2:00 p.m. EDT Past Due
Posted
Sept. 18, 2024, 3:56 p.m. EDT (updated: Sept. 23, 2024, 2:42 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Syracuse, NY 13211 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Time And Materials
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
$25,000,000 (value based on agency estimated range)
Signs of Shaping
The solicitation is open for 6 days, below average for the Department of the Army.
On 9/18/24 Department of the Army issued Synopsis Solicitation W50S8N-24-Q-0017 for B614 Security Camera System due 9/25/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561621 (SBA Size Standard $25 Million) and PSC 6350.
Primary Contact
Name
Richard M. Peirson   Profile
Phone
(315) 233-2033

Secondary Contact

Name
Briana McCaffery   Profile
Phone
(315) 233-2130

Documents

Posted documents for Synopsis Solicitation W50S8N-24-Q-0017

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W50S8N-24-Q-0017

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W50S8N-24-Q-0017

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W50S8N-24-Q-0017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NR USPFO ACTIVITY NYANG 174
FPDS Organization Code
2100-W50S8N
Source Organization Code
500044265
Last Updated
Oct. 10, 2024
Last Updated By
richard.peirson@us.af.mil
Archive Date
Oct. 10, 2024