SOLICITATION NOTICE
J -- FY22: Surveillance Cameras Security Maintenance Services
- Notice Date
- 5/4/2022 2:39:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q0842
- Response Due
- 4/29/2022 1:30:00 PM
- Archive Date
- 05/29/2022
- Point of Contact
- Israel Rodriguez, Contract Specialist, Phone: (787) 641-7582 x34973
- E-Mail Address
-
israel.rodriguez-perez@va.gov
(israel.rodriguez-perez@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective on January 30, 2022. This solicitation is set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, Security System Service (except Locksmiths), with a small business size standard of $22.0 Million. The Product Service Code (PSC) is J063, Maintenance, Repair, and rebuilding of Equipment Alarm, Signal, and Security Detection Systems. The Department of Veterans Affairs, Network Contracting Office (NCO) 8 in San Juan, has a requirement for preventive maintenance, repairs and operation services for the Integrated Security Electronic System. Detailed specifications and requirements are provided in Attachment A Price/Cost Schedule, Attachment B Scope of Work Statement (SOW) and Attachment C Clauses and Provisions with Instructions to Quoters. Emphasis is made on the Addendum to FAR 52.212-1, Instructions to Offerors. Detailed instructions regarding this RFQ can be found in this addendum. The addendum can be found in document titled S02 Attachment C Clauses and Provisions Sol. 36C24822Q0842 . The contract period of performance is expected to be from June 1, 2022 or date of award if later until May 31, 2023 plus four one-year option periods. In addition, FAR Clause 52.217-8, Option to Extend Services, is incorporated into this requirement. See Addendum to FAR 52.212-1, Instruction to Offerors, for further details. Place of Performance/Place of Delivery The schedule equipment is located at the VA Caribbean Healthcare System (VACHS) in San Juan, other medical facilities in Puerto Rico and US Virgin Islands. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (Feb 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications -Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2021). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. (Jan 2022). Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Questions regarding this acquisition shall be emailed to the Administrative Contracting Officer, Israel Rodriguez at Israel.rodriguez-perea@va.gov. All questions shall be submitted as a word document. All questions are due May 9, 2022 at close of business (Puerto Rico Local Time). Submission of your response shall be received not later than May 20, 2022 at 4:30 PM EST (Puerto Rico Local Time) to Israel Rodriguez at Israel.rodriguez-perea@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0aa57c5d6b474a78abda9ec814869d98/view)
- Record
- SN06316823-F 20220506/220504230109 (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 |