SOLICITATION NOTICE
63 -- 36C78624Q50019|FT Logan Security Monitoring -- 6350
- Notice Date
- 10/31/2023 8:38:21 AM
- Notice Type
- Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- QSE--36C78624Q50019
- Response Due
- 11/10/2023 7:00:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- Baron Toms, Contract Specialist
- E-Mail Address
-
baron.toms@va.gov
(baron.toms@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- 36C78624Q50019|FT Logan Security Monitoring -- 6350 Security monitoring for Station 888. Copy of IGCE and statement of work attached. Initial contract of base plus 4 option year required. subject to FY24 funds availability RFQ FOR COMMERCIAL ITEMS. Solicitation Type: 100% Set Aside - SDVOSB Period of Performance: Date of Award � 365 days plus (4) one-year options if exercised. Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration (NCA), Contract Services 18434 Joplin Road Triangle, VA 22172 Delivery Provide Fire & Security Alarm System Monitoring, including monthly reporting and annual testing at the Fort Logan National Cemetery, 4400 W. Kenyon Avenue, Denver, CO 80235 1. Site Visit: Offerors or quoters are Urged & Expected to inspect the equipment on which preventive maintenance services are to be performed, and to satisfy themselves regarding the overall condition of the equipment that may affect the cost of contract performance. In no event shall failure to inspect the equipment constitute grounds for a claim after contract award. If you are planning to conduct an inspection of the equipment, YOU MUST CONTACT the following VA Cemetery Personnel to make arrangements: Roderick Thomas, Director � Fort Logan National Cemetery. (303) 761-0117 Edward Brener, Asst Director � Fort Logan National Cemetery Hugo Gutierrez, Asst Director � Fort Logan National Cemetery Responses to this RFQ are due to the Contracting Officer no later than 10:00 am EDT on 11/10/2023. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at www.sam.gov All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (2) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their submission: � Legal Business/Company Name (as listed in www.sam.gov) � Unique Entity ID (UEI) � Point of Contact � Telephone number � Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services � Attachment A -Technical Package -List of References Quotes shall be submitted via email to the following address: Email: Baron.Toms@va.gov Electronic submissions shall be in either Microsoft Word or Adobe pdf platforms. Compressed files and/or Zip files will be rated as technically unacceptable and removed from consideration. Evaluation Process: The Government intends to award a firm fixed price contract, resulting from this solicitation to the responsible contractor using simplified acquisition procedures in accordance with FAR 13.106-2 (b)(1). Quotes will be evaluated to determine the lowest price technically acceptable (LPTA) in accordance with FAR 15.101-2. The following factors shall be used to evaluate quotes: Pricing: The total sum of all CLINs for the base and four options, will represent the total evaluated price. 1. Proposed price must be determined to be fair and reasonable in order to be eligible for award in terms of reasonableness and realism using any or all of the methods listed below. 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. 3. Comparison of proposed prices with independent Government cost estimate. 4. Comparison of proposed prices with prices obtained through market research for the same or similar items. Contractors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quotes that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. 2. Technical Acceptability 1) List of proposed supplies and/or suppliers that meet the material specifications in accordance with the statement of Work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/74c71b9b8c3047d4984f3f515b965dea/view)
- Place of Performance
- Address: DEPT OF VETERANS AFFAIRS; FT LOGAN NATIONAL CEMETERY 3698 S SHERIDAN BLVD, Denver, CO 80235, USA
- Zip Code: 80235
- Country: USA
- Zip Code: 80235
- Record
- SN06872458-F 20231102/231031230052 (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 |