SOLICITATION NOTICE
67 -- Wilmington District HQ Security Camera Installation - Package #1
- Notice Date
- 7/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-17-T-0069
- Archive Date
- 8/22/2017
- Point of Contact
- Lauren L. Spear, Phone: 9102514774
- E-Mail Address
-
lauren.l.spear@usace.army.mil
(lauren.l.spear@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Dept. of Labor Wage Determination Scope of Work for Wilmington District HQ Security Camera Installation. This notice is being posted as an avenue to provide Request for Quotes, W912PM-17-T-0069. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a 100% set-aside for Small Business procurement. The solicitation number is W912PM-17-T-0069, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 334220 with a small business size standard of 1,250 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. Description of Requirement: The U.S. Army Corps of Engineers has determined that a new security camera system shall be installed at the Wilmington District Headquarters in Wilmington, NC. The Contractor shall install 11 (eleven) functional, working cameras on the outside of the building and provide all controllers needed for a fully functional turn-key system. All of the cameras shall be at a minimum of two (2) Mega Pixel or better, and rated for outdoor all weather use. Evaluation and Award: 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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: PAST EXPERIENCE: a) Offerors are required to submit prior experience of recent and relevant contracts/projects. Contracts/Projects can be performed with Federal, State, local or private companies. Government contracts are preferred but not required. b) Contracts/Projects that are relevant are defined as those that are similar to the requirements of the Statement of Work (SOW). Contracts/Projects that are recent are defined as those that have been completed within the last five (5) years. c) A minimum of two (2) contracts/projects shall be provided to include: contract number, title of project, detailed description of work performed, and Point of Contact. Please do not submit more than five (5) contracts/projects. d) In order for an Offeror to be determined technically acceptable, the offeror must show previous experience with the type of work described in the SOW. Offerors must show previous experience on a minimum of two (2) contracts/projects. Performance period: The period of performance is 45 days from receipt of contract. Place of performance: The place of performance is Wilmington, NC. Service Contract Act Wage Determinations: WD 15-4397, Revision -1, Dated 01/31/2017 The Contractor is responsible to refer to the above wage decision. The Government will attach the latest version to the contract upon award. Site Visit: A site visit has not been scheduled for this project. If you would like to schedule a site visit, please contact Greg Barr at 910-251-4809. It is the Quoters responsibility to utilize this time period to note the location of the work; conditions, security, safety, equipment, facilities, and any other factors which may affect the work or costs to perform the work. It is to be noted that if electing the option to schedule a site visit, it must be completed by 30 July 2017. This will be firm-fixed-price contract action. DETAILED PRICING SCHEDULE - LINE ITEM # Description Quantity Unit Unit Price Total 0001 Delivery and installation of 11 (eleven) security cameras and accompanying equipment in accordance with SOW 1 Job Total: To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items 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 52.219-1 Alt I, Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-37, Multiple Payment Arrangements 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-16, Responsibility for Supplies 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.211-7003, Item Unique Identification and Valuation. 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea 52.252-2 CLAUSES INCORPORATED BY REFERENCE 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): http://farsite.hill.af.mil http://farsite.hill.af.mil/vdfara.htm http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at lauren.l.spear@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 7 AUGUST 2017. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at lauren.l.spear@usace.army.mil AND rosalind.m.shoemaker@usace.army.mil. They may also be submitted via U.S. Mail, courier service, or hand-delivered to the attention of the Lauren Spear, 69 Darlington Avenue, Wilmington, NC 28403. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email: lauren.l.spear@usace.army.mil AND rosalind.m.shoemaker@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/65baf5b0d72a8dda4bafc9c8169d30bc)
- Place of Performance
- Address: 69 Darlington Avenue, Wilmington, North Carolina, 28403, United States
- Zip Code: 28403
- Zip Code: 28403
- Record
- SN04578010-W 20170715/170713235032-65baf5b0d72a8dda4bafc9c8169d30bc (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 |