Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

63 -- NWS Access Control System - Statement of Work

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 166 MSG/MSC DE ANG, 2600 SPRUANCE DRIVE, NEW CASTLE, Delaware, 19720-1615, United States
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-17-T-1002
 
Point of Contact
Luz Rosario, Phone: 3023233475, AMY KLINE, Phone: 3023267365
 
E-Mail Address
luz.i.rosario.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL
(luz.i.rosario.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912L5-17-T-1002. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. The applicable North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except locksmiths) with a size standard of $20.5 million. Interested parties must quote on all services outlined in the Statement of Work (SOW). Award will be made based on overall best value to the government. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DPN 20161222. The Government intends to award a Single, Firm-Fixed Price order without discussions. The acquisition is SET ASIDE for SMALL BUSINESSES ONLY. Description of requirement: Access Control System CLIN 0001: Access Control System Upgrade Quantity: 1 job SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. Submit all offers in response to this synopsis/solicitation to the Point of Contact (POC) MSgt Luz Rosario electronically to: luz.i.rosario.mil@mail.mil and Contracting Officer amy.l.kline.mil@mail.mil. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. Offers received after the required submission date may not be considered unless determined to be in the best interest of the government. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. A site visit is scheduled for 15 May 2017 at 10:00am. All visitors must contact and email their social security number and date of birth to MSgt Luz Rosario at luz.i.rosario.mil@mail.mil if you will be attending. This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov 52.232-18 Availability of Funds: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -Commercial Items 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Requirements 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line Item Structure; 252.225-7031 Secondary Arab Boycott of Israel PROVISIONS INCORPORATED BY FULL TEXT: 52.212-2 Evaluation- Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capabilities to Perform Services Past Performance Price Technical and past performance, when combined, are IMPORTANT (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: Black American. Hispanic American. Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). Individual/concern, other than one of the preceding. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.222-55 Minimum Wages Under Executive order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payments Program; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-17-T-1002/listing.html)
 
Place of Performance
Address: NWS, Bldg 2610, New Castle, Delaware, 19720, United States
Zip Code: 19720
 
Record
SN04505673-W 20170513/170512000302-952bee40c0d593cf91de7c26ad88e397 (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.