Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

Z -- Non-Personal Services for a Security Camera System and Installation at Fort Worth, TX

Notice Date
2/16/2023 6:01:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NW-WP9259-23-00071MWH
 
Response Due
2/24/2023 1:00:00 PM
 
Archive Date
03/11/2023
 
Point of Contact
Marilyn Herrera, Phone: 303-578-2707
 
E-Mail Address
marilyn.herrera@noaa.gov
(marilyn.herrera@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Modification 1: The purpose of this modification is to extend the due date to 02/24/2023. ********************** This is a total small business set aside.� Please review the attachments for full details.�� Reference 52.212-2 for evaluation details. A site visit is recommended: FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Charles Yaws by email at Charles.Yaws@noaa.gov or 432-813-4655 to set up a time to do a site visit. We ask that you limit your attendees to only one person from your company. All vendors must sign in before site visit starts. All questions during the site visit should be submitted electronically to Marilyn.Herrera@noaa.gov. ****************** (I)��������� 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II)�������� This solicitation is issued as a request for quotation (RFQ).� Submit written quotes on RFQ Number NW-WP9259-23-00071MWH. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01 (DEC 2022) Deviation (2023-03) (DEC 2022). (IV)������� This solicitation is being issued as a total Small Business Set-Aside.� The associated NAICS code is 561621.� The small business size standard is $25.0M.� (V)�������� This combined solicitation/synopsis is for purchase of the following commercial services: This Statement of Work (SOW) is for the replacement of the existing CCTV digital system with an IP network video surveillance system, 4K or 1080p HD resolution or better, and be Blue Iris VMS compatible.� This is a standalone system separate from the building VOIP system. Integration into the WFO system must be approved by SRH Systems Integration Branch Chief. (VI)������� Description of requirements is as follows: See attached Statement of Work (SOW) which applies line item 0001, and Department of Labor Wage Rates: WD 2015-5231, Revision No. 23, dated 12/27/2022, which can be found on:� https://wdolhome.sam.gov/ This (SOW) is for the replacement of the existing CCTV digital system with an IP network video surveillance system, 4K or 1080p HD resolution or better, and be Blue Iris VMS compatible.� This is a standalone system separate from the building VOIP system. Integration into the WFO system must be approved by SRH Systems Integration Branch Chief. (VII)����� Date(s) and place(s) of delivery and acceptance at FWD; WFO Fort Worth, TX, 3401 Northern Cross Blvd., Fort Worth, TX 76137.� � Period of performance shall be: 1 year from date of award (VIII)� FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021), applies to this acquisition. NOTICE TO OFFERORS:� Instructions for submitting quotations under this request for quote must be followed.� Failure to provide all information to aid in the evaluation may be considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1.� Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Email quotes are required and can be sent to Marilyn.Herrera@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3.� Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. Vendors who do not provide all evaluation criteria will not be accepted. (IX)�� FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Nov 2021), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (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.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; Evaluation factors listed are more important than price.�� Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Provide a detailed description of the company�s experience performing similar services. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up to perform this service with their quote for the Government to consider in place of a site visit. The technical approach write-up must not be a reiteration of the Statement of Work but how your company plans on performing the tasks i.e. performance checklists, anticipated number of janitors, anticipated hours at the facility and/or confirmation of supplies being provided, etc. Specification sheet of the supply being quoted for comparison to Brand Name Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. Price The Government intends to award a trade-off, best value firm fixed-price purchase order on an all or none basis with payment terms of Net 30.� (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)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20d12bf7e0154c90ae24c7bdbd3a63dc/view)
 
Place of Performance
Address: Fort Worth, TX 76137, USA
Zip Code: 76137
Country: USA
 
Record
SN06593829-F 20230218/230216230114 (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.