Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

J -- Inspection, Testing, Maintenance, & Monitoring of Intrusion Detection Systems (IDS)

Notice Date
6/24/2024 9:07:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324Q3209
 
Response Due
6/27/2024 4:00:00 PM
 
Archive Date
07/12/2024
 
Point of Contact
Ashley N. Thornton, Phone: 8316563694
 
E-Mail Address
ashley.n.thornton4.civ@us.navy.mil
(ashley.n.thornton4.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
I. GENERAL INFORMATION: This is a combined synopsis/solicitation (CSS)/Request for Quotations (RFQ) for commercial services issued by Facilities Engineering and Acquisition Division, Monterey, of Naval Facilities Engineering Systems Command, Southwest. The objective is to award a firm-fixed-price (FFP), single-award, indefinite-delivery-indefinite-quantity (IDIQ) purchase order for the inspection, testing, maintenance, and monitoring of intrusion detection systems (IDS) and access control systems (ACS) within a sensitive compartmented information facility (SCIF) located within Building 302 at Naval Support Activity (NSA) Monterey. The procurement aims to establish a performance-based service contract for both recurring and non-recurring work, in accordance with Federal Acquisition Regulation (FAR) Part 12, �Acquisition of Commercial Products and Commercial Services,� and FAR Part 13, �Simplified Acquisition Procedures.� This CSS/RFQ is prepared in accordance with FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; competitive quotes are being requested under CSS/RFQ No. N6247324Q3209, and a written solicitation will not be issued unless otherwise indicated herein. This requirement is a 100% total small business set-aside, reserved exclusively for small business concerns. Quotes received from other than small businesses will not be accepted. Competitive quotes from eligible and responsible small businesses are hereby requested. The incorporated provisions and clauses of this solicitation are those in effect through the Federal Acquisition Circular (FAC) 2024-05, effective May 22, 2024, and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240530, effective May 30, 2024. �It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. The provisions and clauses referenced herein may be reviewed and obtained in full-text form at the following addresses: FAR: https://www.acquisition.gov/browse/index/far DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The Government anticipates awarding a firm-fixed-price (FFP) IDIQ contract consisting of a base period of twelve (12) months, and four (4) 12-month option periods. The applicable North American Industry Classification System (NAICS) code is �561621,� titled �Security Systems Services (except Locksmiths),� represented by a small business size standard of $25 million, with an associated product service code (PSC) of �J063,� titled maintenance/repair/rebuild of equipment � alarm, signal, and security detection systems.� The anticipated contract will consist of the following contract line item numbers (CLINs): 0001 FFP Base Period July 1, 2024 � May 31, 2025 0002 IDIQ Base Period June 1, 2024 � May 31, 2025 0003 FFP Option Period One (1) June 1, 2025 � May 31, 2026 0004 IDIQ Option Period One (1) June 1, 2025 � May 31, 2026 0005 FFP Option Period Two (2) June 1, 2026 � May 31, 2027 0006 IDIQ Option Period Two (2) June 1, 2026 � May 31, 2027 0007 FFP Option Period Three (3) June 1, 2027 � May 31, 2028 0008 IDIQ Option Period Three (3) June 1, 2027 � May 31, 2028 0009 FFP Option Period Four (4) June 1, 2028 � May 31, 2029 0010 IDIQ Option Period Four (4) June 1, 2028 � May 31, 2029 Award will be made on an all-or-none basis. Offerors must provide a quote for all items in this CSS/RFQ to be eligible for award. The following factors shall be used to evaluate offers: (1) Technical Acceptability (2) Past Performance (3) Price Offerors shall submit sufficient information to enable the Government to determine that the proposed services meet or exceed all technical requirements in the performance work statement (PWS). The Government reserves the right to collect other than cost and pricing data from the offeror to determine price reasonableness. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the options. The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined in the attached PWS. Due to time constraints, and the need for an award to be made not later than July 1, 2024, no site visit is scheduled at this time. All requests for information (RFI) shall be emailed to Ashley Thornton, Contract Specialist, at ashley.n.thornton4.civ@us.navy.mil by 11:59 P.M. Pacific Daylight Time (PST) on June 26, 2024. Offerors shall ensure that �CSS/RFQ N6247324Q3209� is included in the subject line of all email inquiries. Offerors are responsible for ensuring all RFIs and quotes reach the Government office by the specified time. Quotes shall be submitted by 4:00 P.M. (PST) on June 27, 2024, via the Department of Defense (DoD) Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/. The CSS/RFQ, associated documentation, and amendments (if applicable) will be available in electronic format only; no hard copies will be provided. Offerors must have a completed registration in the System for Award Management (SAM) website prior to contract award. Further information regarding this requirement is available at https://www.sam.gov/. Offerors must be registered in the System for Award Management (SAM), https://sam.gov prior to quoting. Failure to have an active registration status in SAM by the time of award will render the offeror ineligible for the anticipated contract award. A complete SAM registration means a registered Unique Entity Identifier (UEI), a Commercial and Government Entity (CAGE) Code number, and an active profile status. II. QUOTE SUBMISSION INFORMATION: All quotes must conform to the solicitation requirements, including all stated terms, conditions, representations, and certifications. Quotes must include the following: CSS/RFQ Identification Number Name, Address, and Telephone Number of Offeror Unit Price for All Exhibit Line Item Numbers (ELINs) in Pricing Schedule Acknowledgment of CSS/RFQ Amendments Copy of Completed Provisions Statement Specifying the Extent of Agreement with All Terms, Conditions, and Provisions Included In The CSS/RFQ III. EVALUATION FACTORS FOR AWARD: (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, considering price and other factors. The following factors will be used to evaluate offers: Technical: The technical factor assesses the offeror�s capability to meet the Government�s minimum requirements. The technical submissions will be rated as follows: Rating� ����������� Rating Description Acceptable����� Proposal clearly meets the minimum requirements of the solicitation. Unacceptable� Proposal does not clearly meet the minimum requirements of the solicitation. Past Performance: The past performance factor will be rated as follows: Rating� ����������� Rating Description Acceptable����� Based on the offeror�s performance record, the Government has a reasonable expectation of successful performance, or the performance record is unknown. Unacceptable� Based on the offeror�s performance record, the Government has no reasonable expectation of successful performance. Evaluation of past performance may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). The past performance information will be reviewed to determine the quality and usefulness as it applies to performance confidence assessment. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability �unknown� shall be considered �acceptable.� ADDITIONAL INFORMATION: At the discretion of the contracting officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Contracting Officer reserves the right to enter into discussions if necessary. In order for the Government to make a fair and reasonable price determination, additional market research may be conducted. The Government may request the offeror to submit any available pricing data and/or relevant sales or invoice history to further substantiate the price reasonableness of the quote provided. The standard payment instructions identified in the link below are applicable: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructions. IV. POINTS OF CONTACT: Ashley Thornton Contract Specialist FEAD Monterey NAVFAC SW Phone: (831) 656-3694 Email: ashley.n.thornton4.civ@us.navy.mil Batina Wingo Supervisory Contract Specialist FEAD Monterey NAVFAC SW Phone: (831) 656-3454 Email: batina.n.wingo.civ@us.navy.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e152113c9cb4fffb7576302a1f2d023/view)
 
Place of Performance
Address: Monterey, CA 93943, USA
Zip Code: 93943
Country: USA
 
Record
SN07105394-F 20240626/240624230114 (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.