Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
SOLICITATION NOTICE

H -- Fire Alarm System Maintenance

Notice Date
9/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-14-T-0203
 
Response Due
9/30/2014
 
Archive Date
11/25/2014
 
Point of Contact
adrian.barber, 301-394-1503
 
E-Mail Address
ACC-APG - Adelphi
(adrian.t.barber.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 number is W911QX14T0203. This acquisition is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) The associated NAICS code is 922160. The small business size standard is N/A (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Maintenance, Inspection and Testing of the fire alarm systems at the U.S. Army Garrison Adelphi Laboratory Center as described in sections C.4.1 through C.4.1.5 of the attached PWS; CLIN 0002 Contractor Manpower Reporting-the Contractor is required to provide data on contractor manpower for performance of this contract; CLIN 0003 Option Year 1 CAD Drawings as described in the attached PWS, section C.4.2.3; CLIN 0004 Option Year 1 Maintenance, Inspection and Testing of the fire alarm systems at the U.S. Army Garrison Adelphi Laboratory Center as described in sections C.4.2.1, C.4.2.2 and C.4.2.4 of the attached PWS; CLIN 0005 Option Year 1 Contractor Manpower Reporting-the Contractor is required to provide data on contractor manpower for performance of this contract; CLIN 0006 Option Year 2 Maintenance, Inspection and Testing of the fire alarm systems at the U.S. Army Garrison Adelphi Laboratory Center as described in sections C.4.2.1 and C.4.2.2 of the attached PWS; CLIN 0007 Option Year 2 Contractor Manpower Reporting-the Contractor is required to provide data on contractor manpower for performance of this contract; (vi) Description of requirements: Maintenance, Inspection and Testing of the fire alarm systems at the U.S. Army Garrison Adelphi Laboratory Center as described in the attached PWS (see PWS in the SF 1449). (vii) Base Year Period of Performance (PoP) shall begin 30 September 2014 at the Army Research Laboratory (ARL), Adelphi Laboratory Center (ALC), and end 31 January 2015. Acceptance shall be performed at ARL, ALC. Option Year 1 PoP shall begin 1 February 2015 and end 31 January 2016. Option Year 2 PoP shall begin 1 February 2016 and end 31 January 2017. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___3_____ records of sales from the previous __12_ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: See clause 52.212-5 in the attached SF 1449 (W911QX-14-T-0203)_. (xiii) The following additional contract requirement(s) or terms and conditions apply: See all clauses in the attached SF 1449 (W911QX-14-T-0203). (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 09/30/2014, by11:59 AM, at adrian.t.barber.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/177d178f4191bd5b36886968e31734ba)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1138
 
Record
SN03532836-W 20140928/140927061325-177d178f4191bd5b36886968e31734ba (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.