Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOLICITATION NOTICE

K -- LENEL-Certified Security System Services & Hardware

Notice Date
7/28/2021 12:43:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-21-R-0258
 
Response Due
8/13/2021 11:00:00 AM
 
Archive Date
08/28/2021
 
Point of Contact
Jeffrey J Champlin, Phone: 4018324010
 
E-Mail Address
jeffrey.champlin@navy.mil
(jeffrey.champlin@navy.mil)
 
Description
AMENDMENT TWO:� The purpose of Amendment Two is to answer industry questions (see Attachment 11 for full list of questions and answers).� AMENDMENT ONE:� The purpose of Amendment One is to answer industry questions (see Attachment 11 for details).� In addition, the Government has modified the Statement of Work (SOW) to reference the correct SOW Section for places of performance within SOW Section 8.3 (See Attachment 1).�� The Naval Undersea Warfare Center Division, Newport (NUWDIVNPT) intends to award a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an unrestricted basis using FAR 13 procedures. The North American Industry Classification System (NAICS) Code for this acquisition is 561621 � �Security Systems Services (except Locksmith)�. The Small Business Size Standard is $22M. NUWCDIVNPT Code 105 requires installation, maintenance, and repair of LENEL Electronic Security Systems (ESS) and Intrusion Detection Systems (IDS) used at NUWCDIVNPT and its detachments in accordance with the Statement of Work, Attachment 1.� This requirement is restricted to LENEL-Certified offerors only.� A list of Contract Line Item Numbers (CLINs) including quantities and units of measure are included in Attachment 2 to this combined notice.� Offerors shall submit offers in accordance with Attachment 4, Section L.� The anticipated Ordering Period is from 30 September 2021 through 29 September 2026.��� The Government will award a FFP purchase order resulting from this solicitation to the responsible offeror using a best value, trade off source selection process. Award will be made to the responsible Offeror meeting all requirements of the solicitation and whose proposal contains the combination of those factors offering the best overall value to the Government.� The best overall value to the Government will be determined by comparing the difference in value of technical (non-price) features of proposals with the difference in price to the Government.� The following factors will be considered in determining the best value: Technical Capability Past Performance Price Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions apply to this solicitation: FAR 52.204-24, �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law� FAR 52.212-1, �Instructions to Offerors � Commercial Items� FAR 52.212-2 �Evaluation � Commercial Items� FAR 52.212-3, �Offeror Representations and Certifications � Commercial Items� FAR 52.225-25, �Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications� 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors� DFARS 252.204-7019 �Notice of NIST SP 800-171 DoD Assessment Requirements� The below clauses apply to this solicitation: FAR 52.204-19, �Incorporation by Reference of Representations and Certifications� FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment� FAR 52.212-4, �Contract Terms and Conditions � Commercial Items"" FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items� FAR 52.233-4 �Applicable Law for Breach of Contract Claim� DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information� DFARS 252.204-7012 �Safeguarding Covered Defense Information and Cyber Incident Reporting� DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support� DFARS 252.204-7020, �Notice of NIST SP 800-171 DoD Assessment Requirements� � DFARS 252.211-7003, �Item Identification and Valuation� DFARS 252.246-7008, �Sources of Electronic Parts� Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. Payment will be made via Wide Area Work Flow (WAWF). Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more and payment will be made via Wide Area Workflow (WAWF). This request for quote 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. The offeror shall include price and the following additional information with its submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that this procurement is an exception to the Information and Communication Technology (ICT) Accessibility Standards IAW FAR 39.204(b).� � Exception #1: National Security for LENEL OnGuard 7.0 (DADMS approved) Electronic Security & Intrusion Detection Systems. Offers shall be submitted via electronic submission to Jeff Champlin at jeffrey.champlin@navy.mil by 2:00 p.m. (EST) on 13 August 2021. Attachments: Attachment 1: Statement of Work (as amender per Amendment One) Attachment 2: Section B � CLIN Schedule Pricing (Descriptions, Quantities & Units) Attachment 3: LENEL System Hardware & Material Price Listing Attachment 4: Section L � Instructions to Offerors Attachment 5: Section M � Evaluation Factors for Award Attachment 6: Government Furnished Property Made Available Attachment 7: DD Form 254 � DoD Security Classification Specification Attachment 8: SCA Labor Category Schedule Attachment 9: Exhibit A, DD Form 1423, Contracts Data Requirement Lists Attachment 10: 52.204-24 Representation Attachment 11: Amendment One - Questions & Answers
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6bd5b4bb52844426a608378bf0256667/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06076187-F 20210730/210728230107 (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.