Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2019 FBO #6448
SOLICITATION NOTICE

J -- Siemens fire and safety system upgrades

Notice Date
7/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
23511
 
Solicitation Number
N0018919Q0390
 
Response Due
7/26/2019
 
Archive Date
9/30/2019
 
Point of Contact
757-443-1320
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services in accordance with the information in FAR Subpart 12.6 and FAR Subpart 13.106, using Simplified Acquisition procedures for commercial services. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on NECO (http://www.neco.navy.mil/) and FEDBIZOPPS (https://www.fbo.gov/) on or about 18 July 2019. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Contracting Department, Norfolk, VA 23511-3392 intends to negotiate a Firm Fixed Price commercial service contract to upgrade the existing Siemens fire and safety system on nine (9) yard patrol boats at the United States Naval Academy (USNA). This is a brand name procurement to Siemens Industry, 2520 Lord Baltimore Drive Windsor Mill, Maryland 21244. The following service(s) is required at the USNA: The contractor shall provide the following: Migrate the existing Siemens MXL system to the updated Siemens XLS system on nine (9) USNA yard patrol boats. The updated XLS system shall include the installation of new back box and door, ten (10) new heat detectors, ten (10) new addressable pulls, and nine (9) new dual monitoring modules. The existing notification devices and the existing wiring shall be reused. The contractor will be responsible for the demolition of the existing fire alarm system and clean up. The contractor will also do all final connections to the control panel and programming of the XLS. The contractor shall provide training and a one (1) year warranty. See table below. TABLE 1 CLIN Description Quantity Period of Performance (POP) Price 0001 Services required: (A) Migrate existing XL3 to XLS. (B) The updated XLS system shall include the installation of new back box and door, ten (10) new addressable pulls, and nine (9) new dual monitoring modules. (C) Contractor shall reuse the existing notification devices and all existing wiring. (D) Contractor shall perform the demolition of the existing fire alarm system and clean up. (E) Contractor shall do all final connections to the control panel and programming of the XLS. (F) Contractor shall provide training to the customer and a one (1) year warranty. Materials Required Per Boat: Ten (10) Heat Detectors Ten (10) Addressable Pulls Nine (9) Dual Monitoring Module 1 8/5/2019 “ 10/7/2019 TBD This acquisition will result in a Firm-Fixed-Price service contract under the North American Industry Classification System (NAICS) code 561621, Security Systems Services. The Small Business Administration Size Standard is $20.5 Million. Quotes are due on the closing date and time of 26 July 2019 at 3:00 PM EST. NOTE: Only electronic submissions will be accepted. Hand-carried or faxed quotes will not be accepted. Potential contractors are hereby notified that the combined synopsis/solicitation and subsequent amendments and attachments will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting a quote, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at http://www.sam.gov. Vendors should submit all questions regarding this requirement directly to Courtney Golden via email at Courtney.golden@navy.mil or 757-443-1320. All questions should be submitted no later than 23 July 2019 at 12:00 PM EST. Vendors are required to submit their quote in writing directly to Courtney Golden at courtney.golden@navy.mil no later than 26 July 2019 at 3:00 PM EST. *Note* the NECO website has a Submit Bid Button next to the solicitation number. DO NOT use the Submit Bid button on NECO to submit your quote. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-77 and DFARS Change Notice 20141113. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Provisions and Clauses Incorporated by Reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Cage Maintenance 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018) 52.212-1 Instructions to Offerors 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions - Commercial Items; 52.222-41 Service Contract Labor Standards 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.207-7004 Level I Antiterrorism Awareness Training for Contractors 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 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 Provisions and Clauses Incorporated by Full text: 52.209-11 Representation by corporations regarding delinquent tax liability or a felony conviction under any federal law 52.212-3 Offeror representations and certifications--commercial items (oct 2018) alternate I 52.212-5 Contract terms and conditions required to implement statutes or executive orders--commercial items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government ™s Interest When Subcontracting with Cobtractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (i) 52.222-26 Equal Opportunity (i) 52.222-36 Equal Opportunity for Workers w/ Disabilities (i) 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (A) 52.222-50 Combating Trafficking in Persons 52.222-42 Statement of Equivalent Rates 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.252-1 Solicitation provisions incorporated by reference 52.252-2 Clauses incorporated by reference 252.204-7008 Compliance with safeguarding covered defense information controls 252.232-7006 Wide Area Workflow Payment Instructions NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919Q0390/listing.html)
 
Place of Performance
Address: United States Naval Academy Waterfront Readiness Department 66 Halligan Road, Annapolis, Maryland
Zip Code: 21402
Country: US
 
Record
SN05374754-F 20190720/190718230056 (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.