SOLICITATION NOTICE
J -- Maintenance Support Services for Lenel & AMAG and other Electronic Security System at DLA Distribution Jacksonville & Mayport Sites, FL - RFQ SP3300-16-Q0195
- Notice Date
- 5/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-16-Q-0195
- Point of Contact
- Catherine Doyne, Phone: 7177707390
- E-Mail Address
-
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Maintenance List Attachment 2 Equipment List Attachment 9 -Past Performance Questionnaire Attachment 8- Certification of Contractor Accounting System Attachment 7 - Schedule of Supplies Attachment 6 - CAC Procedures Attachment 5 - Contractor Personnel Security Attachment 4 - DoL Wage Determination Attachment 1 - PWS RFQ SP3300-16-Q-0195 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-16-Q-0195 (see attached). 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-87 effective 06 Apr 2016 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20150325 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2016-02. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a hybrid Firm-Fixed Price (FFP) and Time and Materials (T&M) contract for preventive and remedial maintenance support services for Lenel & Amag Electronic Security System (ESS), Pelco Closed Circuit Television System (CCTVS), Mass Notification system (MNS) and Morse Watchman Keypro systems located at DLA Distribution Jacksonville, Florida (Jacksonville & Mayport sites). The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide preventive and maintenance services, emergency service calls (as needed) and all repair and or replacement parts necessary to keep all portions of the ESS, CCTVS, MNS, and Morse Watchman Keypro systems covered by this requirement in good operating condition. The services shall be performed in accordance with Performance Work Statement (POW) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited as an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 561621 and the size standard is $20.5 million. 5. Period of Performance shall be on or about as follows: Base Year: July 9, 2016 through July 8, 2017 Option Year 1: July 9, 2017 through July 8, 2018 Option Year 2: July 9, 2018 through July 8, 2019 6. This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2001 Revision No. 16 dated 12/29/2015 is provided as Attachment 4. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalent to this position is as follows: Electrical Installation and Maintenance Electrician = $19.32 per hour (WG-2805-8) 7. A technical package is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting page 20. The instructions require various items of documentation to submit with your quote. The evaluation criteria, starting page 23 explains how offeror's quote will be evaluated for acceptability/unacceptability. 8. The offeror must complete the certification of the accounting system found in Attachment 8. Failure to provide the certification will eliminate the offeror from consideration for award. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with the items found in the certification statement. If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." 9. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003 found on page 13 the RFQ. 10. INSURANCE: Any required insurance certifications must be submitted to the Contracting Officer within ten (10) days after the date of contract award as referenced in FAR 52.228-5. 11. CONTRACT PRICING: CLINs 0005, 0006, 1004, 1005, 2004, and 2005 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. The price charged to the Government for a purchased part under CLINs 0006, 1005, and 2005 shall not exceed the contractor's established catalog or market price. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Contracting Officer Representative (COR), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. 12. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL __________________________________ 13. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 14. SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. 15. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 16. Questions shall be submitted in writing via e-mail to Catherine.doyne@dla.mil The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Unit of Issue: MO = Month UN = Unit/Lot YR = Year Attachments: Attachment 1 - Performance Work Statement Attachment 2 - DLA Distribution Jacksonville Equipment Inventory List Attachment 3 - Maintenance Task List Attachment 4 - DoL Wage Determination No. 2015-2115-Rev.1 dated 3/4/2016 Attachment 5 - Technical Exhibit 1.1 Contractor Personnel Security Attachment 6 - Technical Exhibit 1.2 Common Access Card Procedures Attachment 7 - Schedule of Supplies or Services Attachment 8 - Certification of Offeror's Accounting System Attachment 9 - Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-16-Q-0195/listing.html)
- Place of Performance
- Address: DLA Distribution Jacksonville, Florida (Jacksonville & Mayport Sites), Jacksonville, Florida, 32212, United States
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN04120309-W 20160519/160517235542-f42f41ec7b0cb4e4aa22d8f5c18061bd (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 |