Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

63 -- Lenel OnGuard Access Control System BPA

Notice Date
12/12/2019 12:42:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542 USA
 
ZIP Code
32542
 
Solicitation Number
FA2823-19-Q-9051
 
Response Due
1/3/2020 2:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Kangsu Suh, Contract Specialist, Phone: 8508823349, Joshua N. Molyneux, Buywe, Phone: 8508822832
 
E-Mail Address
kangsu.suh.1@us.af.mil, joshua.molyneux.1@us.af.mil
(kangsu.suh.1@us.af.mil, joshua.molyneux.1@us.af.mil)
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to establish a maximum of two (2) Blanket Purchase Agreements (BPAs) resulting from this combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is an un-restricted solicitation.The solicitation number FA2823-19-Q-9051shall be used to reference any written offer provided under this solicitation. The North American Industry Classification System (NAICS) code for this acquisition is 334290 with a size standard of 750 employees. Please identify your business size in your response based upon this standard.1. DESCRIPTION OF AGREEMENT: This BPA is to provide Lenel OnGuard Access Control System (ACS) products and services. Shipping shall be included, and listed on an approved price list. If and when requested by either the Contracting Officer (CO) or a CO approved authorized caller issues a call order, the contractor shall supply all resources, management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other resources and non-personal services necessary to provide Lenel OnGuard ACS products and services as defined in Attachment One (1), Statement of Work (SOW)-Lenel BPA.2. EXTENT OF OBLIGATION: The US Government is obligated only to the extent of authorized call orders placed against this BPA. Resulting call order awards may be issued either to the lowest priced response to a separately issued request for call order price if the Government determines to compete the project OR issued on a rotational basis amongst the resulting contractors/BPA holders.3. PURCHASE (CALL) LIMITATION: Each of the two (2) BPAs will have a cumulative BPA call limitation of $200,000.00 and an ordering period not to exceed 5 years. No individual call under this agreement shall exceed $25,000.00 unless issued by a Contracting Officer.4. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA: Authorized callers will be identified by the contracting officer and their contact information will be furnished to the contractor by a letter provided under separate cover.5. GOVERNMENT PURCHASE CARD (GPC) PAYMENTS: Call orders placed by the authorized caller(s) will be paid with a valid Government Purchase Card (GPC) for calls up to $25,000.00. Upon completion, inspection, and acceptance of each call order under $25,000.00, the authorized caller will coordinate payment by the applicable GPC holder and provide the contractor with GPC card holder info.6. BASIS FOR AWARD AND SUBMISSION INSTRUCTIONS:BASIS FOR AWARD:Requirement: In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements outlined in the SOW document (attached). This may include product literature, or other documents, if necessary. Total submission package must not exceed 10 pages.Offeror shall complete the provided Attachment Two (2), Price List - Lenel BPA, and adhere to the instructions therein. The offeror's price shall include all management, personnel, tools, supplies, equipment, transportation, material, facilities, and other items and services required to meet the Government requirements outlined in the SOW. Only FFP offers will be evaluated. An offer including a sliding price scale or subject to escalation based on any contingency will not be accepted.Evaluation: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the responsible offeror whose proposal, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications (Lowest Priced Technically Acceptable Approach LPTA). Offerors will be evaluated in accordance with FAR 13.106-2(b).Table A-1. Technical Acceptable/Unacceptable RatingsRating DescriptionAcceptable Proposal clearly meets the minimumrequirements of the solicitation.Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.Requirements for this solicitation are outlined in the SOW and the pricelist PDFs.Evaluation Process: Initially all offers will be screened to ensure the offer conforms to the solicitation requirements. Next, all offeror's “platinum agreement” line item prices will be ranked in order of total evaluated price from lowest to highest price. The responsive, lowest price offeror will be assessed to determine contractor responsibility in accordance with FAR 9.104. Next, the responsive, lowest price offer from an offeror determined responsible will be evaluated to determine price reasonableness on all other products and services other than the “platinum agreement.” If the offer is determined unreasonable, the next responsive, lowest priced offer from a contractor determined responsible will be evaluated for price reasonableness. This process will continue until the Government has evaluated and determined the responsive, lowest priced offers from responsible offerors providing a reasonable price, which will represent the best value to the Government. A BPA will be established with these offerors without further consideration of any other offers. More than one BPA may be established for this requirement.The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.Proposal must remain valid through 07 February 2020. Quoted prices must be in US Dollars.DELIVERY ADDRESS:53rd WG203 W. D Ave Bldg 351Eglin AFB, FL, 32542SITE VISIT - Site visit for this requirement will be available at the above address. The site visit will be held on Wednesday, 11 Dec 2019, 0900-1100 CST. Interested individuals must e-mail site visit attendance requests with the following information to the Contract Specialist identified below: LAST NAME, FIRST NAME, and DATE OF BIRTH. Requests must be made no later than 06 December 2019 for timely base access processing. Site visit attendance is not mandatory for participation in this requirement. SUBMISSION INSTRUCTIONS - All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must be registered with the selected NAICS. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.Offerors must indicate the latest iteration of the SOW, pricelist, and the solicitation they have reviewed with their submission to ensure that the amendments to this solicitation have been tracked.DEADLINE: Offers are due on Friday, 03 January 2020 by 04:00PM CST. Submit offers or any questions to the attention of Kangsu Suh by email to kangsu.suh.1@us.af.mil and David P. Jesmain at david.jesmain.1@us.af.mil.Government Point of Contact: Kangsu SuhContracting SpecialistKangsu.suh.1@us.af.mil(850) 882-3349PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following website: https://www.acquisition.gov/The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 effective 10 October 2019, DFAR DPN 20190531, and AFFARS AFAC 2019-1001.The below provisions and clauses that applied to this solicitation have been removed from this section to fulfill the new beta.sam.gov's maximum number of character's system limitation/requirement. Please view the uploaded "53rd BPA COMBO" PDF version of this Combined synposis/solictation to see the applicable provisions and clauses for this soliciation. 5 Attachments:1. Statement of Work - Lenel BPA, 23 Oct 20192. Price List - Lenel BPA, 23 Oct 20193. Wage Determination (2015-4531, Rev 11, dated 07/16/2019)4. 53rd WG Lenel Inventory, 23 Oct 20195. Statement of Work v2 - Lenel BPA, 04 Nov 2019Additional Attachments:1. 53rd WG Lenel Inventory v22. Lenel BPA General Q&As3. Lenel BPA Site Visit Q&As4. Price List - Lenel BPA v25. Statement of Work v3 - Lenel BPA, 10 Dec 2019
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e841352742c475684ed507059515ec6/view)
 
Place of Performance
Address: 53rd WG 203 W. D Ave Bldg 351, FL-05, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05515655-F 20191214/191212230310 (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.