SOLICITATION NOTICE
J -- MAINTENANCE & REPAIR OF MDI ALARM SYSTEMS
- Notice Date
- 12/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 200 Stovall Street, Alexandria, VA 22332
- ZIP Code
- 22332
- Solicitation Number
- W91WAW-11-T-0016
- Response Due
- 12/27/2010
- Archive Date
- 6/25/2011
- Point of Contact
- Name: Britt Williams, Title: Contract Specialist, Phone: 703-428-1218, Fax: 703-428-1420
- E-Mail Address
-
britt.williams@us.army.mil;
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91WAW-11-T-0016 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-47. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.50M. This requirement is a [ 8a Competitive ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-12-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC NCR-CC Contracting Center of Excellence requires the following items, Meet or Exceed, to the following: LI 001, Security Maintenance Services: Preventive maintenance, emergency repair services and related supplies for the Monitor Dynamics, Inc. (MDI) security system, inclusive of all associated equipment. Provide personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to provide onsite support, maintenance and emergency maintenance for the MDI Alarm. Services include: Technician, Engineer, and Program Manager, in accordance with the Performance Work Statement (PWS) attached. This 12 month period is for the Base Year (PoP) which isBase Year 01 January 2011 - 31 December 2011. The Contract's Total Period of performance (PoP) is for a Base Year and 3 Option Years: Base Year 01 January 2011 - 31 December 2011. Option Year 1: 01 January 2012 - 31 December 2012.Option Year 2: 01 January 2013 - 31 December 2013.Option Year 3: 01 January 2014 - 31 December 2014., 12, MO; LI 002, MDI System Trainer - in accordance with the attached Performance Work Statement. This 12 month period is for the Base Year (PoP) which isBase Year 01 January 2011 - 31 December 2011. The Contract's Total Period of performance (PoP) is for a Base Year and 3 Option Years: Base Year 01 January 2011 - 31 December 2011. Option Year 1: 01 January 2012 - 31 December 2012.Option Year 2: 01 January 2013 - 31 December 2013.Option Year 3: 01 January 2014 - 31 December 2014., 12, MO; LI 003, On-Site Emergency Repairs as needed on an as needed basis in accordance with the Performance Work Statement (PWS) attached. This 12 month period is for the Base Year (PoP) which is. This will be an ODC CLIN for a NTE amount.Base Year 01 January 2011 - 31 December 2011. The Contract's Total Period of performance (PoP) is for a Base Year and 3 Option Years: Base Year 01 January 2011 - 31 December 2011. Option Year 1: 01 January 2012 - 31 December 2012.Option Year 2: 01 January 2013 - 31 December 2013.Option Year 3: 01 January 2014 - 31 December 2014., 40, EA; LI 004, Infrastructure maintenance of management software in accordance with the attached Performance Work Statement. This 12 month period is for the Base Year (PoP) which isBase Year 01 January 2011 - 31 December 2011. The Contract's Total Period of performance (PoP) is for a Base Year and 3 Option Years: Base Year 01 January 2011 - 31 December 2011. Option Year 1: 01 January 2012 - 31 December 2012.Option Year 2: 01 January 2013 - 31 December 2013.Option Year 3: 01 January 2014 - 31 December 2014., 12, MO; LI 005, Replacement Parts associated with maintaining the system in accordance with the attached Performance Work Statement. (Contractors will invoice the actual services provided) This will be an ODC CLIN for $2,500.00 NTE. This 12 month period is for the Base Year (PoP) which isBase Year 01 January 2011 - 31 December 2011. The Contract's Total Period of performance (PoP) is for a Base Year and 3 Option Years: Base Year 01 January 2011 - 31 December 2011. Option Year 1: 01 January 2012 - 31 December 2012.Option Year 2: 01 January 2013 - 31 December 2013.Option Year 3: 01 January 2014 - 31 December 2014., 1, LOT; LI 006, Design & installation of intrusion detection system (IDS) components, access control system (ACS) components, and arming control components; in Room 214. The contractor shall coordinate all logistics with the Government's Point-of-contact (POC) that will be designated in the award document. This line item shall be completed during the first year of the resultant contract., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC NCR-CC Contracting Center of Excellence intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC NCR-CC Contracting Center of Excellence is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference (and full text in the awarded contract):FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, 52.232-33, 52.232-34, 52.239-1; and, the following clauses in paragraph (c) 52.222-41. FAR 52.217-8 Option to Extend Services; and FAR 52.217-9 Option to Extend Term. Also included (as attachments) are Addendum to FAR 52.212-1 Submission, FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), and Addendum to FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-6, Restrictions On Subcontractor Sales To The Government; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.228-5 Insurance -Work On A Government Installation; 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; DFAR 252.247-7024 Notification Of Transportation Of Supplies By Sea. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Contractors shall have all of the following prior to the award of this contract:1. MDI Certified technicians/engineers;2. Department of Defense SECRET Clearance (at least);3. Department of Criminal Justice Services (DCJS) Certification;4. Proof of Certification that contractor is licensed and authorized to perform this type of work within the Commonwealth of Virginia.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0847805021ee2996bb8997f9b157d162)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02348495-W 20101223/101221234357-0847805021ee2996bb8997f9b157d162 (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 |