Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2013 FBO #4171
MODIFICATION

J -- Headquarters Army Materiel Command (HQ AMC) maintenance services in support of an existing AMC Electronic Security System

Notice Date
4/24/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
0010266372
 
Response Due
4/25/2013
 
Archive Date
6/23/2013
 
Point of Contact
CPT Nick Yerby, 256-876-8374
 
E-Mail Address
ACC-RSA - (SPS)
(nick.yerby@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation 0010266372 Operations and Services Directorate Army Contracting Command-Redstone This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation 0010266372 is issued as a request for quotes. Quotes must be good for 60 days after the closing date. This solicitation document incorporates all mandatory Federal Acquisition Regulation commercial item provisions and clauses. The North American Industrial Classification System (NAICS) code is 561621, and the small business size standard is $12,500,000. This requirement is set-aside 100% for small business concerns. The Headquarters Army Materiel Command (HQ AMC) requires contracted maintenance services in support of an existing AMC Electronic Security System. The contractor shall provide full range of services required to maintain all security systems equipment in paragraph 5.0 of the attached Performance Work Statement (PWS). The time period of performance for this contract shall be for one (1) base period with four (4) one-year option periods. The base period shall be from 15 days after date of contract (ADC) for 12 months. The contract is to provide the Army Materiel Command a complete contract for maintenance of the Electronic Security System (ESS), Intrusion Detection System, and Video Surveillance System for buildings 4400, 4401, and 4402 located on Redstone Arsenal, AL 35898. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to maintain and repair Government-owned security systems equipment located in buildings 4400, 4401, and 4402 on Redstone Arsenal, AL. The contract shall be executed in accordance with (IAW) the attached PWS. This contract will be Firm Fixed Price (FFP). Please provide quotes that reflect an overall price for the base contract plus four additional option years, and prices for each Period of Performance (POP) (i.e. each year). Quotes should reflect 1) monthly charges, 2) annual amount and 3) overall price. See the CLIN structure below for further guidance: CLINPeriod of PerformanceQuantityUnit of Issue 000101 APR 2013-31 MAR 2014 1 ANNUALBASE 000201 APR 2014-31 MAR 2015 1 ANNUALOPTION 1 000301 APR 2015-31 MAR 2016 1 ANNUALOPTION 2 000401 APR 2016-31 MAR 2017 1 ANNUALOPTION 3 000501 APR 2017-31 MAR 2018 1 ANNUALOPTION 4 This contract will be awarded on the basis of Lowest Price Technically Acceptable (LPTA). Evaluation of the Technical offers. The technical evaluation board (TEB) will evaluate the technical factor as below: 1) Technical Specifications - In order to be evaluated as acceptable, the offeror's technical submission must address the technical specifications of the Performance Work Statement (PWS) and either meet or exceed ALL of those specifications. As proof of their capabilities, Offerors shall submit a detailed list of their technical expertise and capabilities as well as their credentials to perform the services requested. 2) Experience - In order to be evaluated as acceptable, the offeror's synopsis of its experience must demonstrate that the offeror has successfully performed two or more contracts of similar scope and equal or greater magnitude to that found within the attached Performance Work Statement. All work performed will be done by AMAG and Pelco-certified installers. Offerors shall provide contact information for references listed under experience to allow the TEB or KO to verify experience. Please note that experience must be verified by the Government in order to receive an acceptable rating. Technical proposals will be evaluated as either acceptable or unacceptable. If either sub factor, or any of the requirements, is determined to be unacceptable, the entire technical offer will be evaluated as unacceptable. To receive consideration for award, a rating of quote mark Acceptable quote mark must be achieved for the technical factor. If the vendor has any labor categories that are subject to the Service Contract Act of 1965, please identify those in the quote so the Government can obtain the proper wage determinations. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a quotation, which shall be considered by the agency. The following provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 DefinitionsJAN 2012 52.203-5Covenant Against Contingent FeesAPR 1984 52.203-6 Restrictions on Subcontractor Sales to the GovernmentSEP 2006 52.203-6 (Alt 1)Restrictions on Subcontractor Sales to the GovernmentSEP 2006 52.203-7 Anti-Kickback ProceduresOCT 2010 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3Offeror Representations and Certifications--Commercial ItemsMAY 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 (Dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -Commercial Items MAR 2012 52.217-9Option To Extend The Term Of The ContractMAR 2000 52.219-6Notice of Total Small Business Set-AsideJUN 2003 52.219-14Limitations On SubcontractingNOV 2011 52.222-3Convict LaborJUN 2003 52.222-21Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal OpportunityMAR 2007 52.222-35Equal Opportunity for Veterans SEP 2010 52.222-36Affirmative Action for Workers with Disabilities OCT 2010 52.222-37Employment Reports on Veterans SEP 2010 52.222-41Service Contract Act of 1965 NOV 2007 52.222-50Combating Trafficking in PersonsFEB 2009 52.223-18Contractor Policy to Ban Text Messaging while Driving SEP 2010 52.232-1 PaymentsAPR 1984 52.233-2 Service of ProtestSEP 2006 52.233-3 Protest after AwardAUG 1996 52.233-4 Applicable Law for Breach of Contract ClaimOCT 2004 52.219-8Utilization of Small Business ConcernsJAN 2011 52.219-28Post-Award Small Business Program RepresentationAPR 2012 252.204-7004 (Alt A) Central Contractor Registration (52.204-7)SEP 2007 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist CountryJAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist CountryDEC 2006 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial ItemsJUN 2012 252.211-7003 Item Identification and Valuation JUN 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 H-11Wide Area Work Flow (WAWF) Information/InstructionsJUN 2009 Questions shall be submitted via email only to CPT Nick Yerby at nick.yerby@us.army.mil. For Questions and Quotation Submittals please note your subject line must read quote mark Solicitation 0010266372: (insert company name). quote mark Questions and Answers will be posted via e-mail to all potential vendors no later than 5:00 pm CST, 22 APR 2013. Quotes are due no later than 5:00 pm CST, 25 APR 2013. Any quotes received after the expiration time and date will not be considered, unless an exception under FAR 15.208 applies. Please submit all proposals to Contract Specialist, CPT Nick Yerby at nick.yerby@us.army.mil, or mail to Commander, US Army AMCOM/CCAM-OS-I/Yerby, Redstone Arsenal, AL 35898-5000, or deliver to Lobby Sparkman Center Complex Building 5303, ATTN: CPT Yerby. The proposals shall be submitted in two sections or two volumes. 1) A technical volume and 2) Price volume. The technical volume is limited to 2 pages. The pricing volume is unlimited. Margins. Volumes shall be clearly identified and shall use the following page setup parameters: (1) Margins (Top, Bottom, Left, and Right) = 1, (2) Gutter = 0, (3) From edge (Header and Footer) = 0.5, (4) Page Size (Width) = 8.5, Page Size (Height) = 11, (6) Paragraphs = Separated by at least one blank line, (7) Font = Standard 12-point Arial and New Roman required, (8) Tables = May landscape orient on page with font size greater than or equal to 8-point, (9) Illustrations = May landscape orient on page with font size greater than or equal to 8-point. NO PHONE CALLS PLEASE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01c0411e53962069f83c491e41f1c031)
 
Place of Performance
Address: HQ AMC Buildings 4400, 4401, and 4402 Redstone Arsenal AL
Zip Code: 35898-5000
 
Record
SN03044216-W 20130426/130424234431-01c0411e53962069f83c491e41f1c031 (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.