SOLICITATION NOTICE
R -- FINGERPRINT EQUIPMENT MAINTENACE SERVICES
- Notice Date
- 3/10/2022 7:17:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- DCSO FORT BELVOIR DIVISION #1 FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SP4705-22-R-0002
- Response Due
- 3/21/2022 9:00:00 AM
- Archive Date
- 04/05/2022
- Point of Contact
- Carlos J. Vidro-Martinez
- E-Mail Address
-
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. � The solicitation is issued as a request for proposal.� The solicitation number is SP4705-22-R-0002. No formal solicitation will be issued. � The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 effective January 30, 2022, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) and PROCLTR 2022-04. The complete text of any of the clauses and provisions are available electronically from the following site: http://www. https://www.acquisition.gov. � This solicitation is issued as unrestricted. The associated NAICS code is 334118, Computer terminal and other computer peripheral equipment manufacturing. The small business size standard is 1,000 employees. � Contract Line items:��������� The CLINs structure will consist of one line item for each period of performance.� The line item will be for the maintenance of the equipment per site. �This includes hardware repair and replacement in the event that the current model becomes obsolete or breaks down. Each location listed has their own individual POCs. Please attachment 1: CLINs structure � Description of Requirements: The contractor shall provide maintenance support for hardware support on tenprint scanner, hardcopy fingerprint scanner, and card printer to keep current equipment in working order.� This includes hardware repair and replacement in the event that the current model becomes obsolete or breaks down. � Please review the attached Statement of Work (SOW) � Date(s) and place(s) of delivery and acceptance and FOB point. The period of performance will be for one twelve (12) month base year along with four twelve (12) month option periods. Period of Performance: The anticipated period of performance for this contract is: Periods���������������������������������������� Start���������������� End Base Period: �����������������������April 6, 2022� ����April 5, 2023 Option One:����������������������� April 6, 2023����� April 5, 2024 Option Two:���������������������� April 6, 2024����� April 5, 2025 Option Three:������������������� April 6, 2025����� April 5, 2026 Option Four:��������������������� April 6, 2026����� April 5, 2027 Delivery: See Statement of Work FOB point: Destination Options will be exercised based on Government needs and the availability of funding. 8. The provision at 52.212-1, Instructions to Offerors-Commercial (Oct 2018), applies to this acquisition and addenda is provided below. 8.1� Addenda 52.212-1 (b) Submission of offers All pages must include a footer providing the offeror�s name, Cage Code, section name with page number as �Page X of X� and marked �Source Selection Information � See FAR 2.101 and 3.104.�� All responses must include the solicitation number on the cover page.� For email, the solicitation number must be included within the subject line. Proposal shall be received no later than March 21, 2022 12:00 P.M. (Eastern Standard Time). A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation . This may include product literature, or other documents, if necessary.� Terms of any express warranty. Price and any discount term. Submit one (1) original copy of the technical proposal and one (1) redacted copy of the technical proposal.� Within the copy, remove all mention of the contractor's name.� 8.2� Offerors shall provide a firm-fixed price for the reference CLINs in the attached CLIN structure Offerors shall complete and submit Supplies/Services in accordance with Statement of Work. 8.3� Addenda to 52.212-1(c) Period for acceptance of offers Period for acceptance of offers is 90 calendar days. 8.4 Addenda to 52.212-1(e) Multiple offers. The Government will not accept multiple proposals, alternate proposals, alternate terms and conditions, alternate contract line item numbers, or alternate commercial items or services.� Offerors are to submit one proposal based on this combined synopsis/solicitation�s terms and conditions. � 8.5� Addenda to 52.212-1(f) Late, submissions, modifications, revisions, and withdrawals of �offers. Quotations may be withdrawn only be email:� carlos.vidro-martinez@dla.mil /. � 8.6 �Addenda to 52.212-1(h) Multiple awards ������ The Government intends to award one firm fixed price contract. � 9.� 52.212-2 -- Evaluation -- Commercial Items (Nov 2021) As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (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 following factors shall be used to evaluate offers: �Technical Past Performance Price �Technical and past performance, when combined, are relative importance of all other evaluation factors, when combined, when compared to 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) A written notice of award or acceptance of an offer , mailed 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. (End of Provision) 10. The basis for award will be LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION The contract resulting from this solicitation will be awarded based on the following evaluation factors: (a) Technical: (a) The contractor shall provide specifications on the proposed equipment. (b) The contractor is required to provide details on what the proposed maintenance entails. �Will the proposal be for weekly, monthly or yearly maintenance. (b) Past Performance: Past Performance will be verified using System Award Management (SAM),� Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance Integrity Information System (FAPIIS) or any source known to the Government to evaluate past performance.� The contractor shall provide past performance history with a minimum of three years of experience providing maintenance as required in this Statement of Work (SOW). (c) Price: �Each Offeror�s proposed price will be evaluated for reasonableness. The Government intends to award for a base year and four (4) options years. Offerors shall submit a price proposal in the format listed on Instructions to Offerors addressing all pricing involved in the execution of the services detailed in SOW.� For offers which meet all other evaluation factors, award will be made to the low offeror based on price. 11. Period of Performance: Offerors must meet the required delivery date.� or if POP:� Offerors must ��be able to start performance on the required period of performance. 12. Responsibility:� Offerors must meet the standard for FAR 9.104; 52.212-3 Offeror Representations and Certification-Commercial Items (Nov 2021) 13. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition and no addenda to the clause. 14. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2022). 15. Additional contract requirement(s) or terms and conditions listed below are necessary for this acquisition and consistent with customary commercial practices. ���� 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR ���� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):� https://www.acquisition.gov.(End of Clause) ���� 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR ���� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):� https://www.acquisition.gov.� (End of Clause) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-17 Ownership or Control of Offeror (Aug 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-20 Predecessor of Offeror (Aug 2020) FAR 52.204-22 Alternative Line Item Proposal. (Jan 2017) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Oct 2020) FAR 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.217-5 Evaluation of Options (July 1990) FAR 52-217-8 Option to Extend Services (Nov 1999) FAR 52-217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-28 Post-award Small Business Program Re-representation (Sep 2021) 52.232-17 Interest (MAY 2014); 52.242-13 Bankruptcy (JUL 1995) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.242-15 Stop-Work Order (AUG 1989) 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (JUN 2020). 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.253-1 Computer Generated Forms (Jan 1991) FAR 252.201-7000 Contracting Officer's Representative (Dec 1991) DFARS 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (Sep 2011) DFARS 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors (Feb 2019) DFARS 252.204-7009 Limitations On The Use Or Disclosure Of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (May 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment Or Services�Representation (DEC 2019) DFARS 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services�Representation (May 2021) DFARS 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (Jan 2021) DFARS 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors (Jan 2018) DFARS 252.225-7000 Buy American�Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7036 Buy American�Free Trade Agreements� Balance of Payments Program (Dec 2017) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991) DFARS16.��� 16. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. 17. Proposals are due by 12:00 P.M. ET, March 21, 2022. Submit proposals by email to: carlos.vidro-martinez@dla.mil 18. �To be eligible for award of a Government contract, contractors must be properly registered in System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-877-252-2700, or via the Internet www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to Beta SAM. It is the responsibility of interested vendors to monitor the Beta SAM for amendments that may be issued to this solicitation.� For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd490d2499254a4ebc1987e729ab6721/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN06263234-F 20220312/220310230106 (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 |