Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
DOCUMENT

N -- Installation of WAPAC - Solicitation for quotations - Request for Quotations

Notice Date
7/15/2008
 
Notice Type
Request for Quotations
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, New York, 10007-1867
 
ZIP Code
10007-1867
 
Solicitation Number
tirne08q00053
 
Point of Contact
Ira Moseley,, Phone: 212-436-1423, Cheryl D Richardson,, Phone: 212-436-1518
 
E-Mail Address
ira.moseley@irs.gov, cheryl.richardson@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Request for proposals for installation of Synergistic WAPAC system Contracting Office Address Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS: A: P: B: N), 290 Broadway, 3rd Floor, New York, NY 10007- - USA. This is a small business set-aside. 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. Under this quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNE-08-Q-00053, which is being issued as a Request for Quotation. The Internal Revenue Service, Procurement, Office of Business Operations, Field Operations Branch – Northeast will be entering into an 100% Small Business Set-Aside Commercial Item Procurement using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-24. This requirement is unrestricted for which the North American Industry Classification System Code is 561621, and The Small Business Size Standard is $11.5 Million. Award for all items under this solicitation will be made to one responsive/responsible vendor only, based upon price and ability to demonstrate in writing with its offer that it is as of the date and time set for receipt of offers. The successful Offeror shall keep its certification as a certified Synergistics Dealer current and in good standing throughout the life of the order. Please include a copy of the certification with the quote. Contractor must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. STATEMENT OF WORK/ REQUIREMENTS The Contractor's performance shall be of high standards and conform to industry trade best practices. All services shall be rendered promptly and efficiently. The Contractor shall be required to respond to services ordered by telephone 24 hours per day, 7days per week, in accordance with all terms and conditions, without exception. A.1 SCOPE OF CONTRACT The contract shall provide all services required and equipment necessary for on-call and scheduled maintenance service for Government-owned intrusion detection system (IDS) and Synergistics WA-Pac entry control system (ECS) at the following IRS Offices: * 111 Wood Avenue, South Iselin, NJ 08830 * 100 Dey Place, Edison, NJ 08817 * 4 Paragon Way, Freehold, NJ 07728 The Contractor shall be required to furnish all labor, material, supplies and supervision necessary to perform services in accordance with all terms and conditions specified herein. The Contractor shall be required to keep all equipment described in the [LIST OF COVERED ACCESS CONTROL EQUIPMENT [Section B1] and the LIST OF COVERED INTRUSION DETECTION EQUIPMENT [Section B2] in good operating condition by providing for the testing, preventive maintenance, and remedial maintenance of all equipment, its devices and components. The contract shall include a base tern and two one-year options [Section D]. The total duration of this contract, including any options, shall not exceed 3 years. A.2 SCHEDULE OF WORK TO BE PERFORMED The work to be performed shall be as detailed herein. Specific responsibilities shall include testing, preventive maintenance, and remedial maintenance (repair). Arrangements for such work shall be made with the Contracting Officer's Technical Representative (hereafter referred to as COTR) or his/her designee. A.2.1 TESTING a.The Contractor, upon receipt of Notice of Award or renewal, shall proceed at once to accomplish the testing of all of the system devices/components, and make all repairs and adjustments necessary to place the system in proper operating condition within ten (10) working days. b.In the presence of the COTR or verified by a certificate, the Contractor shall test all system devices/components six months from award date or renewal to ensure that all systems are operating at optimum performance. Any defects discovered shall be promptly repaired and the equipment restored to normal operating condition no later than four (4) hours after the conclusion of the scheduled test. A.2.2 MAINTENANCE & REPAIR The Contractor is responsible for providing on-call maintenance and/or repair services with a four (4) hour response time. The principal period of maintenance/repair (PPMR) is eight (8) hours per day (8:00 a.m. - 4:00 p.m.), five (5) days per week (Monday to Friday), excluding Government holidays. Maintenance/repair shall be performed after notification that devices/components are malfunctioning or inoperative. Maintenance and repair services shall include all intrusion detection devices/components, and the WA-Pac entry control system software and database and all of its related hardware components/devices. Maintenance and repair services shall not include electrical work external to the equipment, repair of damage resulting from accident, neglect, misuse, abuse, or causes other than ordinary use. The Contractor shall provide the Government with a designated point of contact and make arrangements to enable its maintenance and repair representative to receive such notification or provide an answering service or other continuous telephone coverage to permit the Government to make such contact. A.2.3 NON-CHARGEABLE MAINTENANCE/REPAIR ITEMS There shall be no additional charges to the Government for: a. Replacement parts, unless such parts are required due to the fault or negligence of the Government causes external to the equipment, or the Government elects to keep, destroy, or rework the original parts for security reasons. Defective parts, which have been replaced, shall become the property of the Contractor. b. Testing and/or preventive maintenance. c. Remedial maintenance which was begun during the Principal Period of Maintenance regardless of when the maintenance is performed. d. Time spent by the Contractor's maintenance personnel traveling either to or from the South Iselin, Freehold, Edison IRS offices when scheduled to perform preventive maintenance or repair. e. Time spent at the South Iselin, Freehold, Edison IRS Offices by any of the Contractor's maintenance personnel who are not able to perform maintenance or repair until the arrival of additional maintenance personnel and/or delivery of parts, etc. f. Time spent at the South Iselin, Freehold, Edison IRS Offices by any of the Contractor’s maintenance personnel who are not able to perform remedial maintenance (repair) as a result of contractor’s technical determination that the underlying cause is external to the covered equipment. g. Any repair or task that is not covered by this agreement for which prior written consent is not obtained from the IRS Contracting Officer’s Technical Representative (COTR). A.2.4. PREVENTIVE MAINTENANCE The Contractor shall perform Preventive Maintenance on all devices/components of the existing intrusion detection system and entry control system to ensure that both systems are operating at optimum performance. In the presence of the COTR or designee, the following Preventive Maintenance tasks shall be performed at the intervals specified: (a) Six months from award or renewal date, thoroughly check all intrusion detection devices/components for proper operability/functionality and repair or replace as necessary. (b) Six months from award or renewal date, thoroughly check all entry control devices/components for proper operability/functionality and repair or replace as necessary. This includes maintenance of the WA-Pac database. (c) Six months from award or renewal date, replace all batteries in the wireless duress buttons and all battery equipped local alarms with brand new batteries. (d) At manufacturer’s recommended intervals, all backup batteries for electronic panels and magnetic locks (if so equipped) shall be replaced with brand new batteries. A.2.5 REMEDIAL MAINTENANCE/REPAIR a. In the event any entry control or intrusion detection devices/components fail to function properly, the Contractor shall respond within four (4) hours to any call for service from the COTR or his/her designee. In response to a call for service, the Contractor shall either complete the required repairs or temporarily install replacement equipment to make the system fully operational no later than eight (8) hours after arriving at the site. All temporary equipment shall be furnished by the Contractor, and shall provide the same functional capabilities as the equipment being replaced. b. The cost of remedial maintenance calls made during the PPM, including replacement of equipment, parts, material, labor and temporary replacement parts shall be a part of the Contract and shall be accomplished at no additional cost to the Government. c. All permanent equipment repair or replacement made under the terms of this Contract shall be made with new components identical to the original equipment or parts thereof. When not available, similar replacement parts of equal quality may be substituted in effecting repairs but only with the written approval of the COTR. A.3 MODIFICATIONS & REVISIONS Should the Government cause modification to be made, or accessories or devices not covered by this Contract to be added or interconnected to equipment being maintained by the Contractor, maintenance service shall be supplied under mutual agreement between the Government and the Contractor. Should the alterations, additions and/or interconnections increase the maintenance costs to the Contractor, mutually agreeable arrangements with respect to maintenance charges shall be made. Charges for service and materials furnished by the Contractor to make Government sponsored specification changes will be billed to and paid by the Government. A.4 RESPONSIBILITIES OF THE GOVERNMENT a. Government personnel will not perform maintenance or attempt repairs of the equipment while such equipment is under the purview of this contract unless agreed to by the Contractor. b. Subject to security requirements, the Government will provide the Contractor access to the equipment to perform testing, preventive and remedial maintenance service. For purposes of security and safety, Government personnel will remain on-site with the Contractor's service representative at all times during the performance of all testing, and preventive or remedial maintenance service. c. It will be the COTR or his/her designee's responsibility to notify appropriate IRS personnel and contract personnel prior to and immediately after performing any testing, preventive or remedial maintenance of any system components. However, the Contractor or his representative is responsible for ascertaining whether such notification has taken place prior to initiation of any work covered under the terms of this agreement. A.5 RESPONSIBILITIES OF CONTRACTOR a. Testing and Preventive Maintenance schedules and procedures shall be submitted to the COTR for approval within 15 days after the effective date of the Contract. When devices must be tested or preventive maintenance is performed on an annual basis, these functions MUST be scheduled over a minimum of six-month period of time. Testing and preventive maintenance of devices with shorter frequencies may be scheduled as desired by the Contractor. The Contractor shall submit a quarterly report of all work accomplished during each month of the Contract period. The report shall catalog all items requiring work under this contract, their location and the date on which any work was performed. b. Qualifications including training and experience of personnel utilized by the Contractor for work specified under the terms of the contract must be certified in writing for the Contracting Officer (hereafter referred to as CO) or his/her representative. In those instances where a license or other certificate is required by local or state jurisdiction, it will be the Contractor's responsibility to provide personnel consistent with the requirements of those jurisdictions and the work being performed. c. All Contractor personnel who will work inside IRS occupied space must adhere to IRS prescribed visitor rules and regulations. d. All Contractor personnel who will work inside IRS occupied space may be required to undergo and pass a background investigation. Investigations shall be conducted by the Government. Contractor personnel that fail to pass background investigations will not be permitted to work in IRS occupied space. e. All Contractor personnel shall be required to sign-in and sign-out when performing any work covered under the terms of this Contract. At the conclusion of any visit, the Contractor shall submit to the COTR or his/her designee a detailed listing of the nature of the work performed and the devices/components on which this work was performed. Payment cannot be authorized unless this report, containing the signature and title of the COTR or his/her designee is submitted. This report shall be submitted in a format acceptable to the COTR. B1. LIST OF COVERED ACCESS CONTROL EQUIPMENT Due to the constant fluctuations within the IRS work environment, the security devices cited below are subject to change with the office environment, thus the device counts are merely close approximates. 102 Magnetic swipe card readers 2 Prox Card Readers (Brooklyn) 12 Magnetic locking devices and backup batteries 77 Electric strike locking devices 1 Touch/crash bar and electric strike combination (Garden City) 2 Override switches 2 Pushbutton door releases 35 Synergistic control panels/boards and batteries 7 Modems/communications devices 1 WAPAC software and associated WAPAC database (Holtsville) 15 System output point 4 System input points 6 Elevator relays/connectors (interconnections with the access control system only) All associated relays, transformers, repeaters, power packs and batteries for above devices All associated wiring for the above devices B2. LIST OF COVERED INTRUSION DETECTION EQUIPMENT 16 Vista 50 Alarm Keypads 59 Door alarm contacts 12 PG 30 Door Alarms and batteries (Hauppauge) 6 ADEMCO control panels and associated communications devices 18 Motion Detectors 20 Glass break sensors 60 Duress/panic transmitters and/or wired devices and batteries All associated relays, transformers, repeaters, power packs and batteries for above devices All associated wiring for the above devices C. PLACE OF PERFORMANCE All work shall be performed at the following IRS office: * 111 Wood Avenue, South Iselin, NJ 08830 * 100 Dey Place, Edison, NJ 08817 * 4 Paragon Way, Freehold, NJ 07728 D. PERIOD OF PERFORMANCE Base Year: September 1, 2008 thru August 31, 2009 Option Year One: September 1, 2009 thru August 31, 2010 Option Year Two: September 1, 20010 thru August 31, 2011 E. INVOICING All Contractor invoice instructions, procedures, documentation, and routing shall be executed in accordance with all Government, Treasury, and IRS regulations. Contractor invoices shall be in hard copy (to be mailed) to the IRS primary point of contact. The contractor shall also provide invoices in accordance with IRS guidelines to the IRS payment office in Beckley, West Virginia. The Contractor shall invoice the Government for services performed. The Contractor will bill on a monthly basis F. POINT OF CONTACT The Contractor Primary Point of Contact is: Name: Ira Moseley Contract Specialist Telephone Number: 212.436.1423 E-mail Address: ira.moseley@irs.gov Field Operations Branch-NE Internal Revenue Service 290 Broadway, 3rd Floor New York, NY 10007 G. INSURANCE REQUIREMENT (1) Within fifteen (15) days after the award of this contract, the Contractor shall furnish the Contracting Officer a CERTIFICATE OF INSURANCE as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the "INSURANCE - WORK ON A GOVERNMENT INSTALLATION" clause, Letter V. (2) The Contractor shall procure and maintain, during the entire period of performance under this contract, the following minimum insurance coverage. (a) Comprehensive General Liability $500,000 per occurrence. (b) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (c) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (d) Other as required by State Law (3) The Certificate of Insurance shall provide for at least 30 days written notice to the Contracting Officer by the insurance company prior insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. This additional information will be incorporated as addendum in award. H. 52.237-1 SITE VISIT Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Offerors should contact the individual listed below to arrange a site and/or coordination visit in accordance with FAR 52.237-1 provision listed elsewhere. The site visit should be made within the first ten (10) days of April 2008. This site visit if desired should be conducted before vendor pricing is submitted in response to this solicitation. To arrange for the site visit contact: Rasien McDonald (Physical Security Specialist) at 973.961.4055, the fax number is 631.447.4517; or via email at: Rashien.McDonald@irsgov. I. INFORMATION TO BE RETURNED TO CONTRACTING SPECIALIST In order to be considered for award of this order, please submit the following completed information no later than close of business 08/1/2008. Only emailed responses will be accepted at ira.moseley@irs.gov 1. Supplies or Services and Prices/Cost (Item J) Note: Bidders shall quote a fixed-price for each scenario listed 2. Additional Information (Item K) 3. Representations and Certifications. Vendor must either complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. 4. Provide in writing with the offer that you are a certified Synergistics Dealer. Information Concerning RFQ All questions concerning this request for quotation should be directed in writing via email to: Ira Moseley Contracting Specialist at: ira.moseley@irs.gov. The deadline for submission of questions is 07/25/2008 at 1500 hours (Eastern Standard Time). Wage Determination No. 2005-2375, Revision No. 4, dated 09/26/2007 applies to Garden City, Brooklyn, and Queens. Wage Determination No. 2005-2373, Revision No. 4, dated 09/26/2007 applies to Hauppauge and Holtsville. A copy of each can be obtained at www.wdol.gov. Anticipated Award Date: On or before 08/15/2008. I. Evaluation Criteria Requirements for Submission of Proposals This section specifies the format which Offerors shall use in preparing their proposal to perform the requirements specified in this Request for Quote (RFQ). (1) RESPONSE TO REQUEST FOR QUOTE: Written Proposal is required in response to the Performance Work Statement. As part of the proposal you should include travel expenses, price, and how you are going to accomplish the deliverables/tasks outlined above. Offerors shall complete all forms, certifications, price schedules, etc., incorporated in the Purchase Order. If any exceptions or deviations to the Purchase Order requirements are taken, these exceptions shall be clearly noted in the offeror's cover letter. (2) FAR 52.215-20, Requirements for Cost or Pricing Data or Information other than Cost or Pricing Data, Alternate IV (Oct 1997) (a) Submission of cost or pricing data is not required. However additional information might be requested to determine reasonability of price. (3) REFERENCES FOR PAST PERFORMANCE: Offerors shall furnish the information listed below for at least 3 similar contracts as well as send Appendix A to them to fill out and submit on your behalf. Its should come from jobs held with the U. S. Treasury, Internal Revenue Service, other Government Agencies or private industry within the past 5 years. Similar contracts under this Purchase Order are defined as those for guard/drug canine services at comparable scope and dollar value as the total value of this contract. The government reserves the right to contact any or all points of contract to obtain specific performance information including checking external Governmental Databases. In addition, provide a copy of your Open Ratings Report (past performance report) and a list of customer that was prepared when you submitted your offer for GSA Federal Supply Schedule Selection. Name of Organization Telephone Number Fax Number First Point of Contact Second Point of Contact Organization Telephone Number Fax Number First Point of Contact Second Point of Contact Name of Organization Telephone Number Fax Number First Point of Contact Second Point of Contact Name of Organization Telephone Number Fax Number First Point of Contact Second Point of Contact (4) BANKING REFERENCES: Offeror shall furnish the information for financial reference to establish financial responsibility. Name of Financial Institution Telephone Number Fax Number First Point of Contact Second Point of Contact (5) REPRESENTATIONS AND CERTIFICATIONS: Vendor must either complete The Representation, or Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov; or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. Evaluation (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 Government reserves the right to award the Purchase Order to other than the quoter with the lowest price. The evaluation of quotes will be based upon a complete assessment of the quoter’s quote. The factors will be evaluated as described below on a greatest value basis. Selection will be determined on the basis of the following: (1) How well a proposal satisfies the evaluation criteria below, (2) The strengths, weaknesses and risks a quote presents to the Government; and (3) Evaluation of the quotes relative to the proposed prices to the quote(s). Basis for Award: Award will be made to that offeror whose quote/proposal contains the combination of criteria offering the best overall value to the government in accordance with FAR Part 15. This will be determined by comparing differences in the value of the technical features with differences in the offeror's’ prices. In making this comparison the government is more concerned with obtaining superior technical features than with making an award at the lowest overall price. The criteria are presented in descending order of importance. These should be related to the requirements in the Statement of Work. These factors are all of equal importance. The Government may make award without conducting discussions. The following factors shall be used to evaluate offers: 1. Technical Background, Knowledge & Experience, is broken down as follows: a.Certification and accreditation of Synergistics Technologies is critical. b.Provide evidence of technical background and in-depth knowledge of security, procedures, operations and cutting-edge technologies. c.Experience with development and implementation of security policies is mandatory. d.Multiple years of network administration, including hands-on security experience with various tools and techniques. e.Must have significant experience in the installation process of pulling wire. f.Must have significant experience dealing with retrofit situations. g.Must have successful track record of providing complete integrated security solutions with 24 hour monitoring service, including remote Internet video, fire, burglar, card & door access. h.Experience track record with similarly sized government agencies and private corporations. Past Performance is broken down as follows: a. Specific evidence of capability, such as whether a contractor adhered to specifications, whether items were delivered on schedule, and whether services were provided correctly the first time. Non-Price factors combined or individually are significantly more important than Price. Price will be evaluated in comparison to all offers received in response to the request for quote and Government Estimate. Past performance will be rated Neutral if the offeror has no record of Past Performance. EVALUATION RATINGS The Government will evaluate technical proposal information/responses. Each rating area will be assigned one of four ratings as listed below. The sub factors will also be assigned a rating. The offeror may also be rated Neutral in the area of Past Performance. Factors 1, 2 and 3 will be rated according to the below criteria. Adjectival technical scoring will be as follows RATING GUIDANCE Quoters’ responses to the factors will be rated using the following scale: ADJECTIVE RATINGDEFINITION ExceptionalA comprehensive and thorough quote of exceptional merit that meets all stated requirements (i.e., does not take issue with or ignore terms and conditions) and offers significant advantages to the Government. Presents no foreseeable or identifiable risk of failure or problems during Purchase Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ. Contains no weaknesses or excesses Very GoodA quote that meets all stated requirements (i.e. does not take issue with or ignore material terms and conditions); Offers advantages to the Government; Presents little foreseeable or identifiable risk of failure or problems during Purchase Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ). Contains no weaknesses or excesses GoodA quote that meets all stated requirements (i.e., does not take issue with or ignore material terms and conditions) for the factor without weaknesses. Presents moderate risk of failure or significant problems during Purchase Order performance. Is complete in terms of the basic content and level of information the Government seeks for evaluation (i.e., complies materially with the quote preparation instructions of the RFQ). Contains no deficiencies or significant weaknesses or excesses Contains no weaknesses or excesses except those that are minor and easily correctable. PoorA quote that does not make clear that it meets all stated requirements OR presents severe risk of failure or significant problems during Purchase Order performance OR is inadequate in terms of the basic content and level ofinformation the Government seeks for evaluation OR contains deficiencies and significant weaknesses, but, which appear to be susceptible of correction through discussions OR any combination of the above. Unacceptable A quote that fails to meet the stated requirements (i.e., takes issue with or ignores material terms and conditions) OR lacks essential or conflicting or unclear information or any combination of these three OR presents an almost certain risk of failure or significant problems during contract performance OR contains deficiencies which do not appear to be susceptible of correction through exchanges, including discussions, OR any combination of the above. Neutral The offeror will not be rated favorably or unfavorable if there is no record of past performance. DEFINITIONS Strength: A quote area in which results in a high level of confidence that the quoter can meet the requirement and to some extent clearly exceed what is necessary to meet the requirement. Weakness: Is a flaw in the quote that increases the risk of an unsuccessful performance of work. Significant Weakness: Is a flaw that appreciably increases the risk of unsuccessful performance of work. Deficiency: Is a material failure of a quote to meet a government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful Purchase Order performance to an unacceptable level. 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). 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. J. SUPPLIES OR SERVICES & PRICE/COSTS Security services for Hauppauge Post ofDuty, 1180 Veterans Memorial Hwy, Hauppauge, N.Y. 11788; Garden City Post of Duty at 107 Charles Lindbergh Blvd, Garden City, N.Y. 11530; Brooklyn Post Of Duty, 625 Fulton Street, Brooklyn, NY; Queens Post of Duty, 59-17 Junction Blvd, Corona, NY; and 1040 Waverly Avenue, Holtsville, N.Y. 11742 (WAPAC Software and database only) in accordance with the Performance Work Statement above. Pricing should be provided for each item listed below. BASE YEAR: The vendor shall maintain all equipment in excellent operational qualities to include correct maintenance schedules reflecting necessary human resources and replacement parts and/or elements for a continuous period. The vendor shall maintain a technician accessible eight (8) hours a day, five days per week, Monday through Friday. J1. – Pricing [Full Amount & Itemized]: _________________ OPTION YEAR ONE: The vendor shall maintain all equipment in excellent operational qualities to include correct maintenance schedules reflecting necessary human resources and replacement parts and/or elements for a continuous period. The vendor shall maintain a technician accessible eight (8) hours a day, five days per week, Monday through Friday. J2. – Pricing [Full Amount & Itemized]: _________________ OPTION YEAR TWO: The vendor shall maintain all equipment in excellent operational qualities to include correct maintenance schedules reflecting necessary human resources and replacement parts and/or elements for a continuous period. The vendor shall maintain a technician accessible eight (8) hours a day, five days per week, Monday through Friday. J3. – Pricing [Full Amount & Itemized]: _________________ K. ADDITIONAL INFORMATION Company Name: _________________ Mailing Address: _____________________________________________ Remit to Address: ____________________________________________ Telephone Number: _________________ Fax Number: _________________ Representative’s Email Address: ___________________________________ Open Market: YES NO ________ GSA Contract Number/Other Contract (if applicable):_________________________ Expiration Date: ______________________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10 Net/20 Net/30 ______ Shipping Charges if applicable: _________________________ Number of delivery days: ____________________ * Is your company a corporation? YES NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES NO If yes, which of the above________________ Size of Business: Large ______ Small ______ Please check all that applies: ____Small Disadvantaged ___ Small Women-Owned ____ HubZone Small ____ Service Disabled Veteran-Owned Small ____ Small Veteran-Owned 8(a) *Is your company registered in CCR? YES NO _____ If no, you must register at http://www.ccr.gov. The Government can only do business with a company who is registered. Federal Tax ID Number: __________________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________________ Signature of Quoter: _______________________ Date: ___________________ L. PROVISION/CLAUSES The provision at FAR 52.212-1 – Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offeror Representations and Certifications – Commercial Items, apply to this acquisition. Quoters are advised to include a complete copy of the provisions at 52.212-3 with this offer. The clauses at 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; IR1052-01-001, Electronic Funds Transfer (EFT) Payments; IR1052-01-002, PAID SYSTEMS; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract and 52.228-5, Insurance-Work on a Government Installation. The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside:52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1925bd1a172b441b0484b326f500a3aa&tab=core&_cview=1)
 
Document(s)
Request for Quotations
 
File Name: Installation of Synergistics Wapac system (Solicitation New Jersey Offices.rtf)
Link: https://www.fbo.gov//utils/view?id=fbb79edae1c67ddf20a0a122a24896fd
Bytes: 101.02 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 290 Broadway 3rd Floor, New York, New York, 10007, United States
Zip Code: 10007
 
Record
SN01614204-W 20080717/080715222807-1925bd1a172b441b0484b326f500a3aa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.