Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
MODIFICATION

N -- ACCOUNT CONTROL SYSTEM UPGRADE - PAWNEE

Notice Date
4/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
140A0318Q0035
 
Response Due
4/27/2018
 
Archive Date
5/12/2018
 
Point of Contact
Robinson, Margie
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0318Q0035 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 dated January 24, 2018. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). The associated North American Industry Classification System code (NAICS) is 561621 and the size standard is $20.5 Mil. The Government intends to award a firm-fixed price contract. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office, is soliciting offers for a Physical Access Control System (PACS) solution for the Pawnee Agency. Price Schedule: CLINS 0010: Physical Access Control System and Installation (provide a pricing schedule of materials and labor hours & rates) Price: $________________________ Description: The Bureau of Indian Affairs (BIA), Pawnee Agency located in Pawnee, OK, needs to upgrade the existing Physical Access Control System, hereinafter referred to as PACS. Pawnee Agency currently has one controlled entry/exit designated for PACS only. The upgrade requires two additional controlled entry/exits to be added to the existing configuration. This upgrade will allow for the use of PIV cards by employees. The Contractor shall provide all materials, labor, equipment, programming, training and incidentals necessary to install a PACS solution that is Federal Information Processing Standard (FIPS) 201-2 compliant to meet Federal policy, standards and supporting technical specifications. The PACS configuration work shall be performed by personnel that are listed on IDManagement.gov as Certified System Engineer ICAM PACS (CSEIP) trained to ensure the system is installed according to FIPS 201-2 and Federal Information Security Modernization Act (FISMA) requirements. The certification must be current. Only approved products/services from the current Approved Product List (APL) shall be acquired and incorporated into the PACS solution. Visit https://www.idmanagement.gov/approved-products-list/ for more details. The Contractor shall certify the products and services procured meet all applicable federal standards and requirements, ensure interoperability and conformance to applicable federal standards for the lifecycle of the components, and maintain a written plan for ensuring ongoing conformance to applicable federal standards for the lifecycle of the components. The PACS solution must be capable of supporting approved Public Key Infrastructure (PKI) authentication methods. Requirements for PKI: Office of Management and Budget (OMB) Memorandum M-05-24 [M-05-24] provides GSA with the authority to act as executive agent for OMB to ensure that the GSA program serves the needs of the federal enterprise in an inclusive manner to the various standards, requirements, interoperability and conformance as applied within the execution of HSPD-12. OMB Memorandum M-06-18 [M-06-18] requires all agencies to use the General Services Administration (GSA) Approved Products List [APL] in all procurements for Homeland Security Presidential Directive 12 [HSPD-12] and Federal Information Processing Standard 201 [FIPS 201] compliant systems. The GSA FIPS 201 Evaluation Program lists compliant Enterprise Physical Access Control Systems (E-PACS) solutions on the [APL] for procurements. OMB Memorandum M-11-11 [M-11-11] requires all E-PACS systems at federally owned or leased buildings "be enabled to use PIV credentials" and that "agency processes must accept and electronically verify PIV credentials issued by other federal agencies." [M-11-11] further requires compliance with FICAM Roadmap and Implementation Guidance [Roadmap], which expands the use of Personal Identity Verification (PIV) to include PIV Interoperable (PIV-I) credentials in FICAM compliant solutions. Both PIV and PIV-I credentials contain PKI digital certificates, fingerprint minutia templates, and a secure Personal Identification Number (PIN). The installation of the PACS control panel will be required in the security room. Utilization of existing components, as long as it's validated, compatible and properly functional, is allowed. The Contractor will need to install new PACS Control Readers and hardware on the outside doors of agency at the north and west entrances, including all required resources for connecting to the new PACS in the security room. Exit override buttons will be installed in these areas as well. The Contractor shall remove and replace the existing PACS control reader and hardware on the outside door of the south entrance. Also, the Contractor shall remove and replace the existing intercom/monitor/doorbell at this entrance and integrate with existing Aiphone (4 each) intercom and monitor system. The Contractor shall remove and replace the automatic door opener for handicap access. The PACS shall not restrict emergency exiting from the building. Pawnee Agency has three (3) entrances/exits which will have PACS installed (see attached drawing of building layout). Employees and the public shall be able to exit the building under all circumstances and especially in the event of an emergency, such as a fire or loss of electricity. The Contractor shall provide a new workstation computer and monitor (see attached specifications) to install the necessary software for the Pawnee Agency to access and make changes to door access configuration and access controls. All devices shall be labeled at the PACS for easy recognition to match provided drawings. Onsite system training for no more than three BIA, Pawnee Agency employees shall be held on the last day of installation. The PACS shall be installed and tested to ensure all components are fully compatible as a system and can be integrated with all associated and existing ACS and security subsystems. The contractor shall provide final drawings of the PACS solution to include: * Identify how all equipment within the PACS, from main panel to device, shall be laid out and connected. * Provide full detail of all system components wiring from point-to-point. * Identify wire types utilized for connection, interconnection with associated security subsystems, if applicable. The final drawing shall match all device identification as noted on actual devices for easy recognition for future reference. Provide the following information: * Device ID * Device location * Mounting type * Power supply or circuit breaker and power panel number * Door locations Tests and Training: * All testing and training shall be compliant with the general requirements * Provide training services for operation and maintenance of units. Warranty: All components, parts and assemblies provided by the manufacturers and installed by the Contractor shall be warranted against defects in material and workmanship for a period of 12 months (parts and labor), commencing upon date of acceptance by the Bureau of Indian Affairs, Pawnee Agency. Period of Performance: Sixty (60) days after receipt of award, to include installation, setup, configuration and training of system. Work is to be performed during a regular eight (8) hour work day, commencing no earlier than 7:30 a.m. and ending no later than 4:30 p.m. The Contractor must adhere to the Federal schedule for holidays, time off due to inclement weather conditions, building closures, etc. The following federal holidays are observed by the Bureau of Indian Affairs: New Year's Day - January 1, 2018 Martin Luther King Jr. Day - January 15, 2018 Presidents' Day - February 19, 2018 Memorial Day - May 28, 2018 Independence Day - July 4, 2018 Labor Day - September 3, 2018 Columbus Day - October 8, 2018 Veterans Day - November 11, 2018 Thanksgiving Day - November 22, 2018 Christmas Day - December 25, 2018 Delivery/Acceptance Location: Bureau of Indian Affairs, Pawnee Agency, 850 Agency Road, Bldg 71, Pawnee, OK 74058. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (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 award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i)Factor 1: Technical Capability (1.) The offeror shall submit their technical approach and demonstrated experience/evidence of ability to successfully perform the installation of the PACS solution. Submit a list of all qualified key personnel and information, such as resumes and the current certification for the System Engineer ICAM PACS. The Government will verify that the Engineer is listed on IDManagement.gov. (2.)Technical capability of the solution offered to meet the Government requirement shall be evaluated based on an evaluation of the Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." (3.)Offeror shall meet all the requirements in RFQ and submit documentation to verify. (4.)"Technically Acceptable" is defined as the solution offered to the Government that meets the minimum requirements of the solicitation. (5.)"Technically Unacceptable" is defined as the solution offered to the Government that does not meet the minimum requirements of the solicitation. (ii)Factor 2: Past Performance 1.Past performance shall provide adequate information describing the offeror's previous experience in providing PACS solutions to the Federal Government. The offeror shall also list at least three contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. (iii)Factor 3: Price 1.Price will be evaluated in order to determine if it is reasonable, in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. Technical capability and past performance, when combined, are equal to cost or price. (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)Award Process: 1.The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive." 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable." 3."Technically Acceptable" quotations will be then ranked according to Price. (d)The lowest priced offeror who is technically acceptable will receive the award. (e)A written notice of award or acceptance of an offer, emailed 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. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-19, 52.204-10, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.239-1 and 52.242-5. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.211-8, 52.217-8, 52.223-6, 52.226-1, 52.228-5, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.237-1, 52.237-2, 52.242-15, 52.242-17, 52.243-1 and Alt. II, 52.246-4, 52.247-34, 52.249-4, 52.249-8, 52.252-1, 52.252-2, 52.252-5 and 52.252-6. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). 1452.226-70 Indian Preference (APR 1984) 1452.226-71 Indian Preference Program (APR 1984) 1452.228-70 Liability Insurance (JUL 1996) 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013) 1452.280-3 Subcontracting limitations. (JUL 2013) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: *A copy of the contractor's official company invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. A site visit is highly recommended and is scheduled to take place on Thursday, April 12, 2018, at 10:30 am (CDT) at the Pawnee Agency. All questions shall be submitted via email to Margie M. Robinson at margie.robinson@bia.gov. Please reference solicitation number 140A0318Q0035 in the subject line of the email. All questions shall be submitted by 12:00 pm (CDT) on Monday, 16 April 2018. Quotes are due on Friday, 27 April 2018 at 5:00 pm (CT) and may be sent by email. Quotes shall be good for 60 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Quote submissions must include the items below and in the following order: 1.Summary of technical approach/capability in accordance with 52.212-2(a)(i)(1) 2.List of key personnel and include resumes/certifications 3.List of components proposed to be used in the PACS solution and certification they are on GSA's Approved Product List 4.Warranty information 5.Detailed pricing schedule 6.Past performance contact information for a minimum of three references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address v. Description of Services/Price (include contract number) vi. Period of Performance vii. If applicable, explanation of any problems or delays encountered 7.Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number) and any solicitation amendments 8.Completed Indian Owned Economic Enterprise Representation (attached) For information regarding this solicitation, please contact Margie M. Robinson, Contract Specialist, at margie.robinson@bia.gov or (405) 247-1580. Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0318Q0035/listing.html)
 
Place of Performance
Address: Pawnee Agency 850 Agency Road Pawnee OK 74058 USA
Zip Code: 74058
 
Record
SN04892464-W 20180419/180417230948-dee6bbe9de6449e868d122f704726388 (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.