Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

56 -- Ballistic Panels and Perforated Exterior Window Film - Delivery Locations

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Alabama, PO Box 3715, Montgomery, Alabama, 36109-0715, United States
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-17-R-0014
 
Archive Date
9/16/2017
 
Point of Contact
AMELIA DAVIS, Phone: 334274-6319
 
E-Mail Address
amelia.p.davis.civ@mail.mil
(amelia.p.davis.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Delivery Locations This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This announcement is being issued as a Request for Quote (RFQ) for two physical security items for Store Front Recruiting Offices and Stand Alone Facilities unless otherwise noted herein. The Alabama Army National Guard wishes to purchase the following: 1. 269 each, Ballistic Internal Protection Panels with a minimum rating of United Laboratories (UL) 752 Level 5 or National Institute of Justice (NIJ) Level 3. There will be 4 at each Stand Alone Facilities and 9 at each Store Front Recruiting Offices. Ballistic panels are to have no windows, finished in a tan color cloth to blend with office cubicles and 6' x 4'ballistic panels. Delivery and setup of all ballistic panels at each location. Include cleanup of all areas where work is performed and disposal of debris. 2. 144 each, Perforated Exterior Window Film or Dual Roller (obscuration screening) at ground floor primary and alternate entry points (From 6 inches above door handle to bottom of door only) there will be a total of two at each site. Obscuration Screen: Per United States Army Corps of Engineers (USACE), each Store Front Recruiting Offices will have frosted window film on exterior entrance door only (From 6 inches above door handle to bottom of door only.) Stand Alone Facilities will have perforated dual roller obscuration screening at ground floor primary and alternate entry points only. Delivery of all obscuration screening at each location. Government Furnished Equipment or Materials The Government will not furnish any equipment or materials. Antiterrorism/IWatch/OPSEC Training AT Level 1 Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level 1 awareness training within 10 calendar days before contract start date. AT Level 1 training can be provided by a qualified AT Level II individual or by completing course at the following website: https://jkodirect.jten.mil. Certificates of completion for each affected contractor employee and subcontractor shall be provided to the COR within 5 calendars after completion of training. IWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local IWATCH program (training standards provided by the requiring activity ATO). The local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 20 calendar days of contract award with results reported to the COR NLT 5 days after completion of training. Operations Security (OPSEC) (AR 530-1), Contractors must comply with contractually imposed OPSEC requirements. Also, if contractors have access to government information, they are required to follow the same requirements for protection of sensitive, unclassified government information per Joint Ethics Regulation and Public Law. This regulation applies from conception of an activity or project and during all phases of operations, including training, readiness, and mobilization. Contractors, prior to contract awarding, will ensure all employees working under said contract review the Joint Force Headquarters for Alabama ‘OPSEC & Contracting Briefing' prior to contract approval and AL-APP endorsement. If the contract is modified or given another option year, this review process will be repeated to ensure required OPSEC measures remain current and relevant throughout the lifecycle of the contract. Contracts above unclassified/FOUO will receive an additional review process. Evaluation Factors The contract type for this procurement will be firm-fixed-price and award will be made on a best value determination. A best value determination will be made for the quote that has a competitive price and best meets the technical criteria presented in the performance work statement. Pricing will not be the main factor in determining award. The government reserves the right to award to other than lowest quote if a vendor demonstrates superior capabilities meeting the government's requirements, and can quote a product that is shown to meet or exceed the specifications. Technical capability will be measured in terms of the product meeting or exceeding the performance requirement. Product capabilities that exceed the government's requirements will be rated more favorably. In terms of relative importance of the factors, Past Performance Data and Technical capability when combined are more important than price. Under the evaluation criteria, it is possible that the award may be made to a higher-rated, higher-priced Offeror; where the Contracting Officer determines that the merits of the non-price factors of the higher-priced offeror is worth the price premium and attains the best value for the Government. The vendor must meet: Ballistic ratings and provide certifications, film/blinds criteria established and a service capability. Responses/Offers are due 10:00 am EST on 1 September 2017. This requirement is a 100% set aside for Woman Owned Small Business (WOMB) concerns. All quotes are for all items requested; no partial deliveries will be considered at this time. Only new items will be accepted; no used or refurbished items. Quote MUST be good for 30 calendar days after close of solicitation. All offers must include Fed Tax ID #, Cage Code and an estimated delivery schedule. This Solicitation is a 100% set aside for Woman Owned Small Business (WOMB) concerns. Any questions or comments should be directed to Amelia Davis, Contract Specialist via e-mail at amelia.p.davis.civ@mail.mil. The subject line on your e-mail shall read "Ballistic Panels and Window Obscuration". Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. Only e-mailed quotes will be accepted, no other methods of submittal will be used. Delivery schedule: The vendor will deliver all film within 90 days and assemble and deliver all ballistic panels within 150 days or coordinate with the Government POC. Delivery shall be during Duty Hours: M-F 0800-1630 and ensure a 5-7 day notice is given to the POC provided for each facility. IOT ensure the facility is prepared and the site is ready for delivery. Service: The vendor will provide a service capability for potential manufacturing and/or installation defects. This service plan will be evaluated as part of the quote review. The NAICS code is classified under 337215 and Size Standard 500 employees. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: 52.212-2 - 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: (i) capability of the items offered to meet the Government requirement; (delivery schedule) (ii) price. The Government reserves the right to evaluate proposals award a contract without discussions with offerors. Contracting Office Address: USPFO for Alabama Army National Guard 1740 Congressman W. L. Dickinson Drive Montgomery, Alabama 36109 United States Place of Performance: Multiple (73) throughout Alabama - see attached document with delivery locations Primary Point of Contact: Amelia Davis amelia.p.davis.civ@mail.mil Phone: 334-274-6319 Secondary Point of Contact: William Kast william.c.kast.civ@mail.mil Phone: 34-271-7333
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-17-R-0014/listing.html)
 
Place of Performance
Address: see attachment, MONTGOMERY, Alabama, 36109, United States
Zip Code: 36109
 
Record
SN04623201-W 20170812/170810232403-0ffbf16065db46025dc9492e56c057c1 (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.