Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

63 -- SECURITY SYSTEM PREVNTIVE MAINTENANCE - Statement of Work

Notice Date
7/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
D1D71BMAI00
 
Archive Date
8/9/2011
 
Point of Contact
Sonia M Romaine, Phone: 404-338-9225
 
E-Mail Address
sonia.romaine@irs.gov
(sonia.romaine@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRICE SCHEDULE Security Maintenance Statement of Work This is a combined synopsis/solicitation for a maintenance contract for the Radionics Ready Key Access Control and Security System at the Atlanta, GA Submission Processing Center to be performed in accordance with the attached Statement of Work. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is D1D71BMAI00 and is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. This requirement is set aside for small businesses for which the North American Industry Classification System (NAICS) Code is 561621, and the Small Business Size Standard is $12.5 million. Contractors must be registered in the Central Contractor Registration (CCR) and not on the Excluded Parties List System (EPLS) to be considered for award of this contract. A pre award site visit is scheduled on 07/15/2011 10:00 A.M. (Eastern Standard Time) at: 4800 Buford Highway, Atlanta, GA. Call the IRS Point of Contact Angelia T Williams, 770-455-2083 at least 48 hours prior to the site visit to confirm attendance. The IRS is not responsible for contractor’s expenses and related expenses associated with the site visits. SEE ATTACHED PRICE SCHEDULE SEE ATTACHED STATEMENT OF WORK FOR DESCRIPTION OF SERVICES AND DATES AND LOCATIONS OF SERVICE The following Provisions and Clauses are applicable to this acquisition: The provisions at – 52.212-1, Instructions to Offerors – Commercial and the following addenda to this provision: As part of submission, quote must address: Technical Acceptance Response time to service calls Technicians to conduct 100% reviews of alarms Past Performance Past performance in servicing and maintaining similar systems Technicians experienced with Ready Key Programming References to support past performance Price Submit completed price schedule - Please submit 2 copies of the completed price schedule (one copy with price schedule plus one sanitized copy [without price schedule included]). Also, offers shall include a completed copy of the provision at 52.212-3 (see below) Basis of award will be determined as follows: a.Technical Acceptance - will be evaluated on a pass/fail basis: b.Past Performance & Experience (most experienced) c.Price 52.212-2, Evaluation – Commercial Items a. The following factors shall be used to evaluate offers: -Technical Acceptance -Past Performance and Experience -Price Technical Acceptance - will be evaluated on a pass/fail basis: - Response time to service calls - Conducting 100% reviews of alarms - Technicians: Experienced with Readkey Programming Past Performance & Experience – - Most experienced in servicing and maintaining similar systems - References to support past performance 1) PAST PERFORMANCE: In the case of an offeror without a record of relevant past performance or from whom information on past performance is not available (including information pertaining to predecessor companies, key personnel, or subcontractors that is relevant to the acquisition), the offeror will not be evaluated favorably or unfavorably on past performance. The government shall consider information submitted in response to the RFP, as well as information obtained from any other source when evaluating the offeror's past performance. 2) EXPERIENCE - Provide references, preferably two, on relevant contracts for a minimum of 12 months or completed within the last three years. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement and customer satisfaction. For each reference provide the following information about each contract: (i) Name and address of contracting activity to which service is/was provided (government or commercial entity) (ii) Contract number (iii) Contract title (iv) Contract type (fixed-price; labor-hour; time-and-materials; cost reimbursement) (v) Contracting activity's names, telephone numbers (vi) Program/Project manager's names, telephone numbers (vii) Contract level (prime or subcontract) (viii) Date of award It is the offeror's responsibility to validate reference contact information, including telephone numbers and addresses for points of contact. b. Technical and past performance, when combined, are of equal importance when compared to price. c. For evaluation purposes only, the total of the sum of all hourly rates quoted will be added to the total amounts in line items 0001 and 1001 to get a total evaluated price. Please note that the total amount to be funded at time of award will be based on estimated quanities of hours of which services are to be performed. The government does not commit to expending an amount equal to the total PEM price that is calculated based upon estimated quantities. d. The provision at 52.217-5, Evaluation of Options, applies to this acquisition. 52.212-3, Offeror Representations and Certifications -- Commercial Items Per FAR 4.1201(a), "prospective contractors shall complete electronic annual representations and certifications in ORCA at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Full text of the provision at 52.212-3 may be accessed at www.arnet.gov/far/. The clauses at – 52.212-4, Contract Terms and Conditions -- Commercial Items and the following addenda to this clause: FAR 52.204-7, Central Contractor Registration; 52.217-8, Option to Extend Service (the Contracting Officer may exercise the option by written notice to the Contractor within 30 days); 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following additional FAR clauses cited in 52.212-5 apply to this acquisition: 52-219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52-222-50, Combating Trafficking in Persons; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer, 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires (Fire Alarm System Mechanic @ $17.94/hr)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/D1D71BMAI00/listing.html)
 
Place of Performance
Address: Internal Revenue Service (IRS), Atlanta Submission Processing Center, 4800 Buford Highway, Chamblee, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02488365-W 20110703/110701234626-895b690833826fcf146c304cee80ba40 (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.