MODIFICATION
63 -- ICIDS Requirement for Directorate of Emergency Services
- Notice Date
- 9/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124712B0009
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Scott Bertacini, 910-907-4747
- E-Mail Address
-
MICC Center - Fort Bragg
(scott.bertacinijr@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION W91247-12-B-0009 INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM III DIRECTORATE OF EMERGENCY SERVICES FORT BRAGG, NORTH CAROLINA (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation document, W91247-12-B-0009 is issued as an Invitation for Bids (IFB). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. (iv) Notice of Small Business Set-Aside. This solicitation will be 100% set aside for small business concerns utilizing NAICS code 561621, "Security Systems Services (except Locksmiths)," with a size standard of $12,500,000.00. (v) CLIN0001 Location 1 Camp MacKall The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items or services necessary to perform all operations in connection with the acquisition and installation of the security alarm equipment at sites designated in Appendix A on Fort Bragg, and Camp Mackall, North Carolina. The Contractor shall design and input all Front End equipment; program the Primary Monitor Console(PMC), Operator Workstation (OPWS), Remote Status Monitor(RSM) station as defined in this Performance Work Statement (PWS) and in accordance with all other regulatory guidance, terms and conditions. CLIN0002 Location 2 BLDG O-3570 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items or services necessary to perform all operations in connection with the acquisition and installation of the security alarm equipment at sites designated in Appendix A on Fort Bragg, and Camp Mackall, North Carolina. The Contractor shall design and input all Front End equipment; program the Primary Monitor Console(PMC), Operator Workstation (OPWS), Remote Status Monitor(RSM) station as defined in this Performance Work Statement (PWS) and in accordance with all other regulatory guidance, terms and conditions. (vi) This is a supply buy acquisition. The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items or services necessary to perform all operations in connection with the acquisition and installation of the security alarm equipment at sites designated in Appendix A on Fort Bragg, and Camp Mackall, North Carolina. The Contractor shall design and input all Front End equipment; program the Primary Monitor Console(PMC), Operator Workstation (OPWS), Remote Status Monitor(RSM) station as defined in this Performance Work Statement (PWS) and in accordance with all other regulatory guidance, terms and conditions. (vii) Delivery and Installation of the IDS installation and programming of all products within 45 days of award. The required supplies will be installed in facilities located on Fort Bragg and Camp Mackall, North Carolina. (viii) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFEROR-COMMERCIAL ITEMS This addendum makes the following changes to FAR 52.212-1, Instructions to Offerors - Commercial Items, as follows: 1. Replace paragraph (b) entitled "Submission of Offerors" with "Submission of Bids". (b) Submission of Bids. Submit signed and dated bids to the office specified in this solicitation at or before the exact time specified in this solicitation. Only Bids submitted on the Schedule B attachment will be accepted. Failure to provide all required documents or information may exclude the bidder(s) from further consideration. As a minimum, bid must show -- A. BID SUBMITTAL AND INQUIRIES. 1. Electronically mailed or faxed bids will not be accepted. Only paper/hard copy bids will be accepted at the address identified below. To be accepted, the bid must be submitted on the attached Schedule B. Original and all copies shall be submitted to: Regular mail:Via Mail Courier or Hand Carried: Mission and Installation Contracting CommandMission and Installation Contracting Command MICC-Fort BraggMICC- Fort Bragg ATTN: CCMI-CBR-BR (Mr. Scott Bertacini)ATTN: CCMI-CBR-BR (Mr. Scott Bertacini) 2175 Reilly Road, Stop ABldg 2-1105/C Macomb Street Fort Bragg, NC 28310-5000Fort Bragg, NC 28310-5000 (910) 907-4747(910) 907-4747 2. Electronic submissions via email or facsimile (fax) will not be accepted. Bids shall be mailed through a commercial/Government carrier or hand carried. 3. The Contracting Officer and the Contract Specialist are the sole point of contact for this acquisition. Address all written questions or concerns you may have to the KO. Please identify the applicable performance work statement (PWS) paragraph number or solicitation reference with each question. All questions regarding this solicitation shall be submitted in writing via email to the Procuring Contracting Officer (PCO), Ms. Heather Clifton at email heather.d.clifton.civ@mail.mil and Contract Specialist, Mr. Scott Bertacini at email: scott.r.bertacini.civ@mail.mil. 4. Site Visit. The Government will hold a pre-bid conference and site visit at Fort Bragg, North Carolina on 10 September 2012 at 1:00 PM EDT. This is the only site visit that will be conducted for this acquisition. All interested firms may attend with a limit of two (2) attendees per firm. Bidders planning to attend this conference must notify the Contract Specialist no later than 1:00 PM EDT, 7 September 2012 at scott.r.bertacini.civ@mail.mil and heather.d.clifton.civ@mail.mil, with email subject line reference: Solicitation: W91247-12-B-0009 Fort Bragg Site Visit and attaching the Enclosure 1-6 properly filled out. Bidders shall also provide the following information for each attendee: business name and address, legal name, telephone, and e-mail address separate from the Enclosure 1-6. Due to the nature of this requirement drawings of floor plans and building locations will be provided at the site visit only. If you do not attend the site visit you will not have access to this information. 4.1. Questions will not be answered during the course of the site visit. Attendees will be afforded one occasion in which they may submit questions regarding the site visit. Questions must be submitted via email to scott.r.bertacini.civ@mail.mil and heather.d.clifton.civ@mail.mil no later than 3:00 PM Eastern Time, 11 September 2012. 4.2. All attendees must possess a valid photo ID or valid photo driver's license. All drivers must provide a valid photo driver's license, current vehicle registration, and current proof of vehicle insurance to enter Fort Bragg. All attendees should arrive at: Fort Bragg and Camp Mackall, North Carolina Additional directions will be provided once site attendee information is received via email. 4.3. Failure to attend the pre-proposal conference/site visit will not disqualify a bidder; however, the bidder acts at its own risk and will not be relieved from complying with the terms and conditions of any resultant contract by reason of such failure. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract. B. GENERAL INSTRUCTIONS. These instructions are designed to provide general guidance for preparing proposals as well as specific instructions on proposal organization, format, and content. 1. The selection of a source for award purposes will be conducted utilizing sealed bidding procedures as delineated in FAR Part 14. This procedure involves the opening of bids and award of a contract. 2. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Potential Bidders are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 4. This is an electronic solicitation release. No hard copies will be mailed. Amendments to the solicitation will be posted to the Army Single Face Industry (ASFI) https://acquisition.army.mil/asfi/. It is the responsibility of each Offeror to review the website for updates. 5. Bid Submission (one (1) copy). The bid Submission should include: (a)Schedule B (b)Bidder Representations and Certifications D. BID CONTENT. These instructions are designed to provide guidance on proposal content. Sealed Bid: Bid must be clearly marked "W91247-12-B-0009" and sealed. E. BID OPENING. The Bid Opening will be conducted on 21 September 2012 at 11:15 A.M. (ET) at the following location: Mission and Installation Contracting Command (MICC) MICC- Fort Bragg Bldg 2-1105/C, Macomb Street 1st Floor Conference Room Fort Bragg, NC 28310 2. Paragraph (b)-Bids will be submitted on the Bid Sheet. 3. Delete in paragraphs (b)(4), (5) & (11) in their entirety. 4. Replace paragraph (c) entitled "Period of acceptance of bidders" with the following instruction: (c) Period of acceptance of bidders. The bidder agrees to hold the prices in its bid firm for 90 days from the date specified for receipt of the bids. 5. Delete paragraphs (d) and (e) in their entirety. 6. Delete paragraph (h) entitled "Multiple Awards" in its entirety. (End of Addendum) (ix) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (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 following factors shall be used to evaluate offers: (i) Price (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERICIAL ITEMS 1. INSURANCE REQUIREMENTS: The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance--Work on a Government Installation." KIND:AMOUNT: Workmen's Compensation and Amount required by the State in which this contract is performed Occupational Disease Insurance Employer's Liability Insurance$100,000 Comprehensive General Liability$500,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and $20,000 per occurrence for Property Damage NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. 2. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: -Any other day designated by federal statute -Any other day designated by Executive Order 3. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER:TBD TYPE OF DOCUMENT:Combo CAGE CODE:TBD ISSUE BY DODAAC:W91247 ADMIN DODAAC:W91247 INSPECT BY DODAAC:TBD SERVICE ACCEPTOR/SHIP TO:TBD LOCAL PROCESSING OFFICE:Leave Blank PAY OFFICE DODAAC:TBD (xii) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; FAR 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-owned 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (xiii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. FAR 52.214-3, Amendment to Invitations for Bids, FAR 52.214-4, False Statements in Bids, FAR 52.214-5, Submission of Bids, FAR 52.214-6, Explanation to Prospective Bidders, FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids, FAR 52.214-10 Contract Award - Sealed Bidding, FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification, FAR 52.232-1 - Payments, FAR 52.233-2 -- Service of Protest, FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7 -- Central Contractor Registration, FAR 52.243-1 -- Changes -- Fixed-Price. Class Deviations FAR 52.204-99, System for Award Management Registration (DEVIATION). This clause can be located at http://farsite.hill.af.mil. DFARS Clauses DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. Local Clauses 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) (xiv) The Government will award a Firm Fixed Price (FFP) contract as a result of this solicitation. (xv) Bids are due at 11:00 AM Eastern Time, on 21 September, 2012. The Bids shall be submitted in accordance with the instructions provided under Part viii of this soliciation. (xvi) The points of contact for this solicitation are Scott Bertacini, (910) 907-4747, and Heather D. Clifton, (910) 396-3916. (xvii) Any amendments to this IFB will be posted to this site after the site visit. Please monitor this site frequently throughout the solicitation process. ATTACHMENTS The following attachments apply to this Invitation for Bids: PWS Schedule B Enclose 1-6 Brand Name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4d218d5a98136b4584ae9c7e91bdd73)
- Place of Performance
- Address: MICC Center - Fort Bragg 2175 Reilly Rd, Stop A Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02884695-W 20120917/120915233618-c4d218d5a98136b4584ae9c7e91bdd73 (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 |