Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2014 FBO #4704
DOCUMENT

Z -- Re-keying Locks - Attachment

Notice Date
10/9/2014
 
Notice Type
Attachment
 
NAICS
561622 — Locksmiths
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
Solicitation Number
N4008515R0801
 
Response Due
10/22/2014
 
Archive Date
1/21/2015
 
Point of Contact
Cliff Gaither
 
E-Mail Address
clifton.gaither@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR POTENTIAL BLANKET PURCHASE AGREEMENT HOLDERS FOR RE-KEYING LOCKS AT VARIOUS LOCATION AT MCI EAST FACILITIES, PRIMARILY NORTH CAROLINA The intent of this notice is to identify potential offerors for work requiring re-keying locks at Marine Corps Installation East Facilities, North Carolina and Marine Corps Air Station Cherry Point. The Naval Facilities Engineering Command Mid-Atlantic is seeking businesses with current relevant qualifications, experience, personnel, and capabilities to provide all labor, management, supervision, tools, material, etc. to provide this work. The work includes, but is not limited to, the following examples:  Provide master keyed cores;  Stamp each interchangeable core with a key control system in a concealed place on the core;  Interchangeable cores shall be removable by a special control key;  Cut and stamp keys to fit new cores;  Stamp each key with appropriate key controlled symbols and U.S. PROPERTY Duplication shall not be permitted;  Remove old cores and install new cores;  Keys shall not be cut or cores changed to equipment and mechanical rooms;  Keys shall be manually inserted into each core to verify match and workability;  Upon completion of required work, all keys shall be turned into the occupants;  Biting list shall be provided upon completion of work.  Compatible cylinders and small format with interchangeable cores which are removable by a special control key;  Factory set cores with pin tumblers;  Each building/location shall be provide a master keyed core system  A great grand master keying system and a sub-master keying system shall be provided for all buildings/locations; The North American Industry Classification System (NAICS) Code for this procurement is 561622 and the annual size standard is $20.5 million. The Government will not pay for any information provided. Any and all qualified firms are encouraged to respond. The standard terms for a Blanket Purchase Agreement (BPA) are attached to this notice (Attachment 1). Potential offerors should not respond if not able to comply with these requirements. Standard clauses applicable to BPA s will be included in the final agreement. No more than six (6) BPA holders will be selected as a result of this synopsis. These BPA s will not include a minimum guarantee. A single order will not exceed $150,000, and the total amount of the agreement will not exceed $1,000,000. To respond to this notice, interested parties should submit the following information: 1. A price for the Re-keyed Locks at Various Locations project. Project information available on Attachments 2 and 3. (See Evaluation Section below for more information); 2. A statement of the company s capabilities in performing this type of work, not to exceed two (2) pages; 3. At least three (3) references for work similar to that listed in this notice. Contractor may provide COMPLETED Past Performance Questionnaires (Attachment 4) or Letters of Reference; 4. A statement that the company is able to comply with all of the standard terms and conditions attached to this notice; 5. Company Name and Address; 6. DUNS number; 7. CAGE code; 8. Company Point of Contact, including email and phone number; 9. Business classification (e.g. large business, small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc.); 10. A Financial Questionnaire, completed by the offeror s financial institution, submitted via email, facsimile or in a sealed envelope (Attachment 5). Failure to submit all of the information above may make an Offeror ineligible for award. Evaluation The Government will evaluate and award a BPA, resulting from this solicitation, to the responsible offerors whose offer, conforming to the synopsis, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price  Technical Capability  Past Performance  Geographical Vicinity The price submitted for the Re-keyed Locks at Various Locations project will be evaluated for all offerors who submit information. Only one offeror will receive award of the Re-keyed Locks at Various Locations project. Up to six responsible offerors will be awarded Blanket Purchase Agreements for future work for re-keying locks projects. Please refer to the BPA standard terms for more information. In order to determine the most advantageous offers to the Government, trade-offs will be made between the Evaluation Factors; however, in accordance with FAR 12.602 Streamlined Evaluation of Offers and FAR 13.106-2 Evaluations of Quotations or Offers, the Contracting Officer is not required to list the relevant importance of the evaluation factors. Notifications of interest must be submitted in writing via email; PHONES CALLS AND/OR REGURAL MAIL DELIVERY SHALL NOT BE ACCEPTED. Notifications that do not address all of the required information will not be considered. No additional literature is desired. Responses to this notice shall be emailed to Clifton Gaither at clifton.gaither@navy.mil as soon as possible, but no later than 1700 on 22 October 2014. Attachments: 1. BPA Standard Terms 2. Scope of work for Re-keyed Locks at Various Locations Project 3. Drawings for Re-keyed Locks at Various Locations Project 4. Past Performance Questionnaire 5. Financial Capability Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008515R0801/listing.html)
 
Document(s)
Attachment
 
File Name: N4008515R0801_Attachment_1.pdf (https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachment_1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachment_1.pdf

 
File Name: N4008515R0801_Attachment_2__3.pdf (https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachment_2__3.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachment_2__3.pdf

 
File Name: N4008515R0801_Attachments_4__5.pdf (https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachments_4__5.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008515R0801_Attachments_4__5.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03547498-W 20141011/141009235001-d8ae5ebf4727010d63dfeb8015a428e1 (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.