Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

S -- UL Certified Central Monitoring Services for up to one hundred fifty (150) locations throughout the State of Mississippi in support of the Mississippi Army National Guard - PWS

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-17-T-0020
 
Archive Date
6/21/2017
 
Point of Contact
David A. Oglesby, Phone: 6013131636
 
E-Mail Address
david.a.oglesby.mil@mail.mil
(david.a.oglesby.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for Central Monitoring of Intrusion Detection Systems This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. The solicitation number is W9127Q-17-T-0020 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-95, Effective 19 January 2017. This acquisition is Unrestricted. The North American Industry Classification System (NAICS) code is 561621 and the business size standard is $20.5 million. The U.S. Property & Fiscal Officer (USPFO) for Mississippi intends to enter into a contract for UL Certified Central Monitoring Services for up to one hundred fifty (150) locations throughout the State of Mississippi in support of the Mississippi Army National Guard. The contractor is required to provide continuous (24/7; 365 days) monitoring for Government-Owned Intrusion Detection Systems (IDS) that consist of multi-zone, multi-area configuration, notification of proper authorities and providing system information on a scheduled basis or if and when requested by the Contracting Officer or duly authorized Government Representative(s) for the Base Period of 1 July 2017 through 30 June 2018 and four (4) option periods. Contractor must be ready to begin coordination/set-up/establish connection with the Government Not Later Than (NLT) 26 June 2017. CLIN 0001, Central Monitoring Service - Base Year - 1 July 2017 to 30 June 2018 CLIN 0002, Central Monitoring Service - Option Period 1 - 1 July 2018 to 30 June 2019 CLIN 0003, Central Monitoring Service - Option Period 2 - 1 July 2019 to 30 June 2020 CLIN 0004, Central Monitoring Service - Option Period 3 - 1 July 2020 to 30 June 2021 CLIN 0005, Central Monitoring Service - Option Period 4 - 1 July 2021 to 30 June 2022 SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS). The following FAR provisions apply: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. FAR 52.212-1, Instructions to Offerors -- Commercial. FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criterion to be included in this provision is as follows: (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: (i) Technical (ii) Price The offeror's technical proposal shall be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an acceptable rating to continue in the competition. Offerors who rate unacceptable in Technical will be removed from further consideration for award. ACCEPTABLE: Proposal meets the minimum requirements of the solicitation. UNACCEPTABLE: Proposal does not meet the minimum requirements of the solicitation. Price shall be evaluated to determine reasonableness of proposed price. Unreasonable/Unrealistic Offers cannot be selected for award. (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. Proposal submissions are to include: A quotation and technical proposal no more than 10 typed pages using a 12 size Times New Roman font. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Alternate I). If offeror is registered in the System for Award Management (SAM) at www.sam.gov, Reps and Certs are not required; however, offeror must indicate such with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Rights on Veterans; 52.223-18, Encouraging Contractor Policies 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; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. Full text of these clauses may be accessed on-line at http://acquisition.gov/far/ or http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0020/listing.html)
 
Place of Performance
Address: 144 Military Drive, Flowood, Mississippi, 39232, United States
Zip Code: 39232
 
Record
SN04510001-W 20170518/170516234314-aca253c323d8b6e0b56e5f3d7a1b865f (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.