SOLICITATION NOTICE
J -- INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM (ICIDS)-III MAINTENANCE - DD254 - Standard Form 1449
- Notice Date
- 3/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
- ZIP Code
- 22060-5134
- Solicitation Number
- W91QV1-15-R-0092
- Archive Date
- 3/31/2016
- Point of Contact
- Kenneth L. Lutes, Phone: 7038064945
- E-Mail Address
-
kenneth.l.lutes.civ@mail.mil
(kenneth.l.lutes.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Standard Form 1449 Solicitation W91QV1-15-R-0092 DD254 Solicitation W91QV1-15-R-0092 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 is attached. Solicitation RFP W91QV1-15-R-0092 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-85, dated 4 Dec 2015. This requirement is a total small business set aside and the North American Industry Classification System Code (NAICS) is 561621 - Security Systems Services (except Locksmiths), with a size standard of $20.5M. All qualified small businesses under this NAICS are encouraged to submit proposals. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. DESCRIPTION OF REQUIREMENT Perform inspections, maintenance, routine testing, installation, and repair/emergency repair on the ICIDS-III Automated Entry Control systems (AECS); ICIDS-III Intrusion Detection Systems (IDS); and existing Government-owned Closed Circuit Television (CCTV), to include head-end equipment in Building 6619, 67 cameras, and all associated equipment necessary to support the CCTV installed in various facilities and Access Control Points (ACPs) at Fort Meade. Maintenance and repair typically includes manufacturer-recommended preventative and routine maintenance, troubleshooting, replacement when necessary, relocation of equipment, modification, test, as directed by the customer, and subsequent documentation of duties performed. The overall responsibility of the day-to-day system administration such as alarm monitoring, etc. will continue to be performed by the customer. The on-site technician(s) shall perform normal or emergency maintenance and repair services from 0730-1630 Monday thru Friday, exclusive of Saturdays, Sundays, and Government holidays, except where special security requirements are concerned. Contractor shall provide a technician after hours as required, to perform emergency maintenance and repair services not to exceed six (6) hours per month. Period of Performance: Six (6) month Base Period; 1 April 2016 - 30 September 2016 with three (3)-one (1) year option periods plus a 6 month option period for the option to extend services. APPLICABLE LABOR LAWS This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41. Wages under this contract are subject to the wage determination contained in the attached Solicitation W91QV1-15-R-0092 REFERENCES The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS Offerors shall return the attached Standard Form 1449 Solicitation W91QV1-15-R-0092, signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors, its Addendum, and any additional fill-in provisions. See the Standard Form 1449 for the applicability of the provision at FAR 52.212-2 and FAR 52.212-3 Alt I. Clause FAR 52.212-4 applies to this acquisition. Clause FAR 52.212-5 applies to this acquisition. Please see the Standard Form 1449 for additional FAR clauses cited in FAR 52.212-5 that are applicable to the acquisition. All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. QUESTIONS DUE DATE AND TIME All questions concerning this solicitation shall be submitted no later than 12:00 PM Eastern Time on 8 March 2016. A question and answer (Q&A) will be posted approximately 2 days after all questions are in. OFFER DUE DATE AND TIME 3:00 PM Eastern Time on 16 March 2016. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION All offers and questions pertaining to this solicitation shall be sent by email to the addresses below. Mr. Kenneth Lutes Contract Specialist Kenneth.l.lutes.civ@mail.mil Ms. Karen Monahan Contracting Officer karen.e.monahan2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/83777e6ea408243c3e213786e6a1fd9f)
- Place of Performance
- Address: 4217 Roberts Ave, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04036992-W 20160304/160302234934-83777e6ea408243c3e213786e6a1fd9f (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 |