Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

D -- Digital Video Surveillance System (DVSS)

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Building 783, Panama,
 
ZIP Code
00000
 
Solicitation Number
DVSSGuatemala1
 
Response Due
1/5/2015
 
Archive Date
7/4/2015
 
Point of Contact
Name: Yenny Guillory, Title: Contract Specialist, Phone: 2027768632, Fax:
 
E-Mail Address
guilloryyr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is DVSSGuatemala1 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 541513 with a small business size standard of $27.50M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-01-05 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Meet or Exceed, to the following: LI 001: Architect - Hourly rate. See attached SOW for additional specifications., 40, HR; LI 002: Program Manager - Hourly rate. See attached SOW for additional specifications., 240, HR; LI 003: CCTV Engineer - Hourly rate. See attached SOW for additional specifications., 220, HR; LI 004: CAD/Draftsman - Hourly rate. See attached SOW for additional specifications., 240, HR; LI 005: Specification Writer - Hourly rate. See attached SOW for additional specifications., 80, HR; LI 006: Clerical and Administrative Support - Hourly rate. See attached SOW for additional specifications., 120, HR; LI 007: Estimator - Hourly rate. See attached SOW for additional specifications., 40, HR; LI 008: DBA - Hourly rate. See attached SOW for additional specifications., 1, HR; LI 009: Travel. Not to exceed rate of $27,000. See attached SOW for additional specifications., 3, EA; LI 010: Site Visit Reports. Not to exceed rate of $1,000. See attached SOW for additional specifications., 3, EA; LI 011: Lodging (For overnight stays at remote sites). Not to exceed rate of $3,000. See attached SOW for additional specifications., 3, EA; LI 012: Local Transportation. Not to exceed rate of $3,000. See attached SOW for additional specifications., 3, EA; LI 013: Trip report. See attached SOW for additional specifications., 1, LT; LI 014: Shop drawings (per sheet). See attached SOW for additional specifications., 100, Sheet; LI 015: Design Narrative Report. See attached SOW for additional specifications., 1, LT; LI 016: Specifications. See attached SOW for additional specifications., 1, LT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOS International Narcotics Law Enforcement Affairs - Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOS International Narcotics Law Enforcement Affairs - Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A site visit shall be scheduled during which contractors may obtain a better understanding of the work required. Contractors are strongly urged to attend this site visit to fully inform themselves about the location and conditions under which the work is to be performed. The contractor will be required to participate on a site survey visit to La Aurora International Airport in Guatemala City, Guatemala. Additional work may be performed at Contractors own site. 5.1 Review: The Government shall have up to ten (10) business days, unless specifically denoted below or extended by notification, to review each deliverable product and provide oral and written comments. The Contractor shall review and incorporate comments or implement directed changes, after discussion or clarification with the designated contracting officer representative (COR), and, if necessary, submit a final version of the product no later than ten (10) business days thereafter. 5.2 Partial deliverables of provided products may be made subject to prior coordination and approval of INL COR. 5.3 All deliverables shall be provided in formal printed documents, as well as in electronic format. INL-G shall have the right to republish the documentation and translate the information into Spanish with appropriate credit provided to both the contractor and the USG. 5.4 All deliverables shall be provided in both English and Spanish to INL for review and comment. 5.5 Shop drawings, site plans, etc. shall be provided in 11? x 17? pdf format for review and comment, with electronic copies using.dwg and.pdf extension in both English and Spanish. 5.6 The United States Government reserves the right to request updates on all deliverables on an as needed basis. All data, minutes, memorandums, reports, miscellaneous correspondence generated as a result of this requirement shall be turned over to the Government upon completion of this requirement. At the end of the contract, the above mentioned deliverables shall become property of the Government. The Government will use the best value-tradeoff source selection process, as defined in Federal Acquisition Regulation (FAR) 15.101-1 (Tradeoff Process). Award will be made to the offeror: 1.Which is deemed eligible; 2.Which is deemed responsible; 3.Whose proposal conforms to the solicitation?s requirements; and 4.Whose proposal is determined to provide the best value to the Government. The proposal offering the best value is the one that is most advantageous to the Government, price and other factors considered. Such an offer may not necessarily be the one offering the lowest price or receiving the highest non-price rating. For this solicitation, all evaluation factors other than price, when combined, are significantly more important than price. Award will not be automatically determined by numerical calculation or formula relationship between the non-price factors and price. As non-price factors, when combined, become more equal, the evaluated price rises in importance and may become the determining factor. The Contracting Officer will determine what trade-off between the non-price factors and price promises the best value to the Government, price and other factors considered. The Government intends to make award without discussions on the basis of initial proposals received. However, the Government may elect to make award with discussions if it is determined to be in the Government?s best interest. If the Government elects to make award with discussions, it reserves the right, before requesting a final proposal revision, to: 1.Limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals; 2.Make more than one competitive range determination; 3.Conduct more than one round of discussions; and 4.Conduct more than one round of proposal revisions. Factor 1: Management Approach. Factor 2: WORK PLAN/STAFFING Factor 3: PAST PERFORMANCE See attached SOW for additional information. The government will evaluated the contractors price build up for each labor category described in Section B to include all cost elements, (i.e., base labor rated, fringe, G&A, overhead, profit etc.) to determine that price is fair and reasonable. The Government will evaluate offers for contract award purposes by adding the total proposed price for all option periods to the total proposed price for the base periods in Section 8. ? The estimated completion date for this task order is 180 days after date of award. NAICS Code: 541990
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/DVSSGuatemala1/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03601149-W 20141221/141219234613-4bb39cb5ee25db03fb6dd64c77d83a0d (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.