MODIFICATION
H -- Fire Alarm Maintenance, Fort Devens, MA
- Notice Date
- 7/15/2025 1:00:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25RA096
- Response Due
- 8/4/2025 11:00:00 AM
- Archive Date
- 08/19/2025
- Point of Contact
- Nelia Shyshak, Jasmyne Peterson, Contracting Officer
- E-Mail Address
-
nelia.shyshak.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil
(nelia.shyshak.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INSTRUCTION TO OFFERORS THIS REQUIREMENT IS A TOTAL 100% SET ASIDE FOR SMALL BUSINESS AND IS SUBJECT TO THE AVAILABILITY OF FUNDS IAW FAR PART 52.232-18 This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. this announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. Solicitation number W15QKN-25-R-A096 for Fire Protection Services, Fort Devens, MA is being solicited, utilizing procedures set forth in Federal Acquisition Regulation (FAR) Part 12 (Acquisition for Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). 2. The purpose of this Solicitation is to procure Fire Protection Services in support of the Devens Reserve Forces Training Area (DRFTA) which is located in Devens, MA, 01434 and consists of approximately 5,220 acres and approximately 215 buildings and structures. The work includes, but are not limited to, the following: Post-Wide Fire Prevention and Protection systems and equipment inspection maintenance and repair services, and other associated work as directed by the Contracting Officer's Representative (COR) or Alternate Contracting Officer's Representative (ACOR). The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and nonpersonal services necessary to provide Fire Protection Services in accordance with the Performance Work Statement (PWS). Specific facilities receiving services under this requirement may be changed as facilities are built, use of facilities change, and facilities are taken out of service. The North American Industry Classification System (NAICS) code that applies to the principal nature of the acquisition is 561621 - Security Systems Services (except Locksmiths) with a size standard of $25 million. 3. The Government intends to award a single, Firm-Fixed-Price (FFP) contract. The period of performance for this effort shall be a 6-month base period and four, 12-month option periods from date of contract award. 4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.sam.gov. 5. See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors, FAR 52.212-1 ""Addendum For Instructions To Offerors"", FAR Clause 52.212-2, ""Evaluation -Commercial Items"" and Section M for FAR 52.212-2, Addendum for additional information on Basis for Award and evaluation criteria, and FAR 52.212-4 ""Addendum for Contract Terms And Conditions - Commercial Products and Commercial Services. 6. All requests to attend the site visit shall be submitted via e-mail no later than 2:00PM EST on MONDAY, 21July 2025 to the following; Primary Customer POC: Zygmunt Osiecki at zygmunt.v.osiecki.civ@army.mil or Secondary POC: Nikolas Mantalvanos at nikolas.mantalvanos.civ@army.mil, the Contract Specialist; Nelia Shyshak at Nelia.Shyshak.civ@army.mil, and the Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil. Offerors 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. All notifications to attend a visit shall be submitted via e-mail at least 24 hours prior to the scheduled Site visit. 7. All inquiries and questions regarding this solicitation shall be submitted via email to BOTH Nelia Shyshak, Contract Specialist at nelia.shyshak.civ@army.mil, Jasmyne Peterson, Contracting Officer at jasmyne.c.peterson.civ@army.mil by 2:00PM EST on THURSDAY, 24 JULY 2025. Inquires/questions shall only be submitted via email to the Contracting Officer and Contract Specialist during the solicitation phase of this requirement. Do not send questions/inquires to the COR during the solicitation phase. 8. COMPLETING A QUOTE FOR SUBMITTAL a. Quotes are due no later than the date and time listed in Standard Form (SF) 1449, Block 8 and shall be submitted via email. Local time for this requirement is Eastern Standard Time (EST). No other forms of delivery proposal will be accepted or reviewed by the Government other than those delivered by means expressed in Solicitation W15QKN-25-R-A096 (SUCH AS E-MAIL DELIVERY ONLY.) b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. c. Offeror shall submit a signed SF 1449 (Blocks 30a, 30b and 30c). In addition, the contractor shall sign and acknowledge any solicitation amendments. In doing so, the Offeror accedes to the contract terms and conditions as written in the Solicitation. d. The Offeror shall provide a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on theSF1449 Continuation Sheets of the solicitation. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NETAMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. f. Offeror should provide their DUNS number, CAGE code, Federal TIN and any small business preference or socioeconomic designations (8a certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code, see block SF1449 Block 10. g. See FAR 52.204-24, 52.204-25, and 52.204-26. As a result of interim FAR rule 2019-0009, published on 14 July 2020, and effective on 13 August 2020, Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment Clauses, these clauses are included in full text. When submitting proposal FAR clause 52.204-24, and 52.204-26 must be completed. h. Offeror shall complete ""fill-ins"" in provisions and clauses that apply and submit along with the RFQ response. Failure to provide applicable information may result in the offeror being deemed non-responsive and in-eligible for award. i. Failure to provide any and all information required under this solicitation may result in the offeror being deemed non-responsive, and in-eligible for award. 9. All services shall be performed in accordance with the PWS. 10. All offers shall remain valid for 120 calendar days from solicitation close date. 11. Attachment(s): - Attachment 0001: PWS - Attachment 0002: Wage Determination WD 2015-4035 rev 30 d. 1.23.2024
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/35f66120017d492f81894a97056e62c2/view)
- Place of Performance
- Address: Devens, MA 01434, USA
- Zip Code: 01434
- Country: USA
- Zip Code: 01434
- Record
- SN07509219-F 20250717/250715230042 (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 |