Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

H -- HEHO ALARM SYSTEMS MONITORING

Notice Date
12/5/2019 2:55:00 PM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6020Q0004
 
Response Due
12/17/2019 8:59:59 PM
 
Archive Date
01/01/2020
 
Point of Contact
Keck, Christopher
 
E-Mail Address
christopher_keck@nps.gov
(christopher_keck@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
(i) 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. (ii) All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6020Q0004 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 561621, Security System Services with a small business size standard of $22M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. (v) Line items: Line 10: Alarm System Monitoring (Jan 1 2020- Dec 31 2020)Line 20: Option Year One- Alarm System Monitoring (Jan 1 2021- Dec 31 2021)Line 30: Option Year Two- Alarm System Monitoring (Jan 1 2022- Dec 31 2022)Line 40: Option Year Three- Alarm System Monitoring (Jan 1 2023- Dec 31 2023)Line 50: Option Year Four- Alarm System Monitoring (Jan 1 2024- Dec 31 2024)(vi) The acquisition is to provide Alarm System Monitoring at Herbert Hoover National Historic Site, located in West Branch, Iowa. Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Christopher Keck via email at christopher_keck@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point:Base Year: Jan 1 2020- Dec 31 2020Option Year 1: Jan 1 2021- Dec 31 2021Option Year 2: Jan 1 2022- Dec 31 2022Option Year 3: Jan 1 2023- Dec 31 2023Option Year 4: Jan 1 2024- Dec 31 2024Located at Herbert Hoover National Historic Site, located in Westbranch IA.(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision.(ix) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. Evaluation factors can be found in 52.212-2 paragraph (a) of this document.(x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote.(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.(xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.(xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments.Attachments included:SF-18Attachment 1 - Scope of Work (4 pages)Attachment 2 - DOL Wage Determination (18 pages)SITE VISIT: All interested contractors are strongly encouraged to attend a site visit. Site visits may be arranged during normal duty hours by contacting:Christopher KeckContract SpecialistNational Park Service, Interior Regions 3, 4, and 5601 Riverfront Drive Omaha, NE 68102-4226402 661-1598 Phone402 661-1607 Faxchristopher_keck@nps.govAdditional Contract RequirementsInstructions to Offersa. Any questions pertaining to this solicitation must be sent via email to christopher_keck@nps.gov on or before December 11th, 2019 at 16:00 CST. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov on December 12th, 2019.b. At a minimum, offers must include(1) The completed Standard Form 18:Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16.Provide your companies DUNS number and CAGE Code under which your offer is made. See sections highlighted in Provisions and Clauses and complete as required.(2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.(3) Required Documents showing:Factor I- Technical Capability:Sub factor I- Strategy: Performance Plan; this plan is to detail how, when and who will be preforming work of this contract. This plan must meet NPS approval it will also be used in rating contractors performance and payment.Sub factor II- Team: Key Personal; provide a resume of personal including any and all work history, professional credential, certification and licensing. List of employees that will perform work of this contract. List is to included names, position title and responsibility and hourly rate.Sub factor III- Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria.Factor II- Past Performance: Provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email if available.Factor III- Price: Provide your lump sum price with a breakdown of costs. Price will be subjectively evaluated for Best Value and Realism by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered.(xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before Dec 17th, 2019 at 16:00 CST.Quotes shall be submitted electronically to christopher_keck@nps.gov(xvi) Contract Administration Data Christopher KeckContract SpecialistNational Park Service, Interior Regions 3, 4, and 5601 Riverfront Drive Omaha, NE 68102-4226402 661-1598 Phone402 661-1607 Faxchristopher_keck@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ed86c410259049718e16fea1adb658e0/view)
 
Record
SN05509873-F 20191207/191205230245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.