Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2022 SAM #7497
SOLICITATION NOTICE

H -- Fire Alarm, Backflow Preventer, and Fire Sprinkler

Notice Date
6/8/2022 9:39:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MWR MISSOURI MABO(62000) SAINT LOUIS MO 63102 USA
 
ZIP Code
63102
 
Solicitation Number
140P6222Q0014
 
Response Due
7/6/2022 1:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Nelson, Colton, Phone: 314/655-1608
 
E-Mail Address
colton_nelson@nps.gov
(colton_nelson@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotations 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 140P222Q0014 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) 2022-06, effective 05/26/2022. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for Small Business Concerns under NAICS Code 561621, Security Systems Services (except Locksmiths) with a small business size standard of $22 million. (v) Line items - Please provide pricing in the price schedule on Attachment 2 for the following. Line Item 00010 - Base Year Line Item 00020 - Option Year 1 Line Item 00030 - Option Year 2 Line Item 00040 - Option Year 3 Line Item 00050 - Option Year 4 (vi) The acquisition is to provide fire alarm testing, backflow preventer testing, and fire sprinkler testing services. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Base Year: 8/1/2022 to 7/31/2023 Option Year 1: 8/1/2023 to 7/31/2024 Option Year 2: 8/1/2024 to 7/31/2025 Option Year 3: 8/1/2025 to 7/31/2026 Option Year 4: 8/1/2026 to 7/31/2027 See Attachment 1_Statement of Work for locations, system types, and inventory. (viii) The selected quoter must comply with the following commercial item terms and conditions, which are incorporated herein: The provision 52.212-1, Instructions to Offerors - Commercial Items (Nov 2021) applies to this acquisition per FAR 12.603(c). Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: ""The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."" The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. 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. The National Park Service intends to issue one (1) Firm-Fixed Price Award in response to this solicitation. Offerors are encouraged to submit best price(s), considering all items, labor, and any price reductions. To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The quoter shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in a quote package being ineligible for award. INSTRUCTIONS TO OFFERORS: 1. Any Questions pertaining to this solicitation must be sent via email to Colton_nelson@nps.gov no later than 06/20/2022, at 11:00 a.m. CST. 2. A site visit has been scheduled for 06/16/2022 at 10:00 AM CDT. Attendees are to contact colton_nelson@nps.gov if they are planning to attend. Please provide contact information of attendees. The COR will be provided with a list of attendees and their contact information at COB on 06/15/2022. Attendees are to meet at Visitor Center Building, 413 South 8th Street. Springfield, IL 62701. Any questions will be answered in an Amendment to this solicitation and posted on sam.gov. 3. At a minimum, quotes must include: a) Complete the provided price schedule b) Provide your companies UEI number and CAGE Code under which your quote is made. c) Required Documents per FAR 52.212-2 herein. d) Review Terms and Conditions and complete where required. (ix) The provision 52.212-2 - Evaluation of Commercial Items (Nov 2021) applies to this acquisition (a) 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. Factor I � Technical Capability: Provide factual documentation of firm�s ability to meet the statement of work. Provide a resume of personnel including any and all work history of requirements of similar size and scope, professional credentials, certification, and licensing as outlined Attachment 1_Statement of Work � Section 3.B.2. Factor II � Past Performance: Provide contact information for 3 past performance examples for projects of similar size and scope. Information shall include name, phone number, address, and email if available. Previous experience does not need to be government related. The government has the right to consider any source of past performance. Factor III � Price: Provide breakdown of costs for the base year, optional periods, and total price. Price will be subjectively evaluated for Best Value by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered. (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). (End of provision) (x) FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. All quoters must submit a completed copy of the listed representations and certifications with their quotation. (xi) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions, Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - Nov 2021 COMMERCIAL ITEMS, applies to this acquisition. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (End of addendum) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition: paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26 52.222-36, 52.222-50, 52.223-11, 52.223-13, 52.223-15, 52.223-16, 52.223-18, 52.223-20, 52.225-13, 52.232-33, and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-55, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov, to be considered at the time of offer and at the time of award. DOI Electronic Invoicing and Payment Requirements, Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following document is required to be submitted as an attachment to the IPP invoice: 1. Copy of vendor invoice document in PDF format. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Clauses 52.204-13, 52.204-18, 52.204-19, 52.204-21, 52.223-6, 52.232-39, 52.232-40, 52.246-4, 52.204-25, 52.217-8, 52.217-9, 1452.201-70 apply. (xiv) N/A (xv) Contractor questions regarding this posting will be accepted in writing by email to Colton Nelson at: colton_nelson@nps.gov, no later than 06/20/2022, at 11:00 a.m. CST. All quote packages shall be received on or before 07/06/2022, at 3:00 p.m. CST. (xvi) The Government point of contact, Colton Nelson, is the contracting point of contact for this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/84ce0ddc91ee4e468926c7e8b52a13a0/view)
 
Record
SN06351192-F 20220610/220608230118 (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.