Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

N -- OPTION - VINDICATOR SECURITY ALARM AND ACCESS CONTROL SERVICE

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
330 Old Niskayuna Road, Latham, NY 12110
 
ZIP Code
12110
 
Solicitation Number
W912PQ-15-P-F9G3A001
 
Response Due
9/8/2015
 
Archive Date
3/6/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W912PQ-15-P-F9G3A001 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M.This requirement is a [ Small Business ] set-aside 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 2015-09-08 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Syracuse, NY 13211 The National Guard - New York requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/15/2015 - 03/14/2016 LI 001: 1. Scope Of Work. The contractor shall, except as specified in this Performance Work Statement (PWS) as government-furnished property or services, provide all personnel, supervision and labor necessary to maintain the Vindicator security systems, to include all Vindicator Access Control Systems and IDS systems SCIF and Non-SCIF at the 174th ATKW, NY Air National Guard. The agreement will also include tenant units of the 174th ATKW: 274th, 152, and MEPCOM all located at 6001 East Molloy Rd. Syracuse, NY 13211 as defined in this PWS. The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: repair and service (to include preventative service) of all non-SCIF and SCIF Vindicator alarm and access control systems, repair and preventative service of telecommunications problems with Vindicator (telecommunications between facilities containing such equipment is the responsibility of 174th ATKW), repair and service of associated equipment (e.g., power supplies), repair of damage caused by power failures or situations not covered under manufactures? warrantee, and additional work as directed by the government representative, such as minor repairs and modifications associated with Vindicator equipment. The contractor shall submit reports and documentation as identified throughout this PWS. CLIN 0001-AA- SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 6, Months; LI 002: CLIN 0002-AB- Non-SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 6, Months; Option 1 Period of Performance: 03/15/2016 - 03/14/2017 LI 001: 1. Scope Of Work. The contractor shall, except as specified in this Performance Work Statement (PWS) as government-furnished property or services, provide all personnel, supervision and labor necessary to maintain the Vindicator security systems, to include all Vindicator Access Control Systems and IDS systems SCIF and Non-SCIF at the 174th ATKW, NY Air National Guard. The agreement will also include tenant units of the 174th ATKW: 274th, 152, and MEPCOM all located at 6001 East Molloy Rd. Syracuse, NY 13211 as defined in this PWS. The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: repair and service (to include preventative service) of all non-SCIF and SCIF Vindicator alarm and access control systems, repair and preventative service of telecommunications problems with Vindicator (telecommunications between facilities containing such equipment is the responsibility of 174th ATKW), repair and service of associated equipment (e.g., power supplies), repair of damage caused by power failures or situations not covered under manufactures? warrantee, and additional work as directed by the government representative, such as minor repairs and modifications associated with Vindicator equipment. The contractor shall submit reports and documentation as identified throughout this PWS. CLIN 0001-AA- SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; LI 002: CLIN 0002-AB- Non-SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; Option 2 Period of Performance: 03/15/2017 - 03/14/2018 LI 001: 1. Scope Of Work. The contractor shall, except as specified in this Performance Work Statement (PWS) as government-furnished property or services, provide all personnel, supervision and labor necessary to maintain the Vindicator security systems, to include all Vindicator Access Control Systems and IDS systems SCIF and Non-SCIF at the 174th ATKW, NY Air National Guard. The agreement will also include tenant units of the 174th ATKW: 274th, 152, and MEPCOM all located at 6001 East Molloy Rd. Syracuse, NY 13211 as defined in this PWS. The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: repair and service (to include preventative service) of all non-SCIF and SCIF Vindicator alarm and access control systems, repair and preventative service of telecommunications problems with Vindicator (telecommunications between facilities containing such equipment is the responsibility of 174th ATKW), repair and service of associated equipment (e.g., power supplies), repair of damage caused by power failures or situations not covered under manufactures? warrantee, and additional work as directed by the government representative, such as minor repairs and modifications associated with Vindicator equipment. The contractor shall submit reports and documentation as identified throughout this PWS. CLIN 0001-AA- SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; LI 002: CLIN 0002-AB- Non-SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; Option 3 Period of Performance: 03/15/2018 - 03/14/2019 LI 001: 1. Scope Of Work. The contractor shall, except as specified in this Performance Work Statement (PWS) as government-furnished property or services, provide all personnel, supervision and labor necessary to maintain the Vindicator security systems, to include all Vindicator Access Control Systems and IDS systems SCIF and Non-SCIF at the 174th ATKW, NY Air National Guard. The agreement will also include tenant units of the 174th ATKW: 274th, 152, and MEPCOM all located at 6001 East Molloy Rd. Syracuse, NY 13211 as defined in this PWS. The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: repair and service (to include preventative service) of all non-SCIF and SCIF Vindicator alarm and access control systems, repair and preventative service of telecommunications problems with Vindicator (telecommunications between facilities containing such equipment is the responsibility of 174th ATKW), repair and service of associated equipment (e.g., power supplies), repair of damage caused by power failures or situations not covered under manufactures? warrantee, and additional work as directed by the government representative, such as minor repairs and modifications associated with Vindicator equipment. The contractor shall submit reports and documentation as identified throughout this PWS. CLIN 0001-AA- SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; LI 002: CLIN 0002-AB- Non-SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; Option 4 Period of Performance: 03/15/2019 - 03/14/2020 LI 001: 1. Scope Of Work. The contractor shall, except as specified in this Performance Work Statement (PWS) as government-furnished property or services, provide all personnel, supervision and labor necessary to maintain the Vindicator security systems, to include all Vindicator Access Control Systems and IDS systems SCIF and Non-SCIF at the 174th ATKW, NY Air National Guard. The agreement will also include tenant units of the 174th ATKW: 274th, 152, and MEPCOM all located at 6001 East Molloy Rd. Syracuse, NY 13211 as defined in this PWS. The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: repair and service (to include preventative service) of all non-SCIF and SCIF Vindicator alarm and access control systems, repair and preventative service of telecommunications problems with Vindicator (telecommunications between facilities containing such equipment is the responsibility of 174th ATKW), repair and service of associated equipment (e.g., power supplies), repair of damage caused by power failures or situations not covered under manufactures? warrantee, and additional work as directed by the government representative, such as minor repairs and modifications associated with Vindicator equipment. The contractor shall submit reports and documentation as identified throughout this PWS. CLIN 0001-AA- SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; LI 002: CLIN 0002-AB- Non-SCIF ? vindicator service POP 15 Sep 2015 - 14 March 2016 W/ Option of (4)year covering 15 Mar 2016 ? 14 Apr 2020; Base Six Months - 15 Sep 2015 - 14 Mar 2016; Option Year One - 15 Mar 2016 - 14 Mar 2017; Option Year Two - 15 Mar 2017 - 14 Mar 2018; Option Year Three - 15 Mar 2018 - 14 Mar 2019; Option Year Four - 15 Mar 2019 - 14 Mar 2020, 12, Months; 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, National Guard - New York 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. National Guard - New York 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. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil JUNE 2014- See Attachment This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://farsite.hill.af.mil (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56e2c853b5cd0c43a53934bdaa684fff)
 
Place of Performance
Address: Syracuse, NY 13211
Zip Code: 13211
 
Record
SN03868549-W 20150904/150903000251-56e2c853b5cd0c43a53934bdaa684fff (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.