SOLICITATION NOTICE
63 -- This procurement is for Alarm System Replacement pertaining to NAICS Code 561621 and Size Standard $12.5M
- Notice Date
- 6/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P12PS22832
- Response Due
- 7/18/2012
- Archive Date
- 6/29/2013
- Point of Contact
- Thomas Council Contract Specialist 3304682500305 Thomas_Council@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS22832 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 561621. The small business size standard is $12.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: Within 30 days of receiving offers. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their organization's Representation and Certifications (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK The work of this contract is to replace/expand intrusion and fire alarm systems and other associated equipment at selected facilities located at Indiana Dunes National Lakeshore. Quotes are due at 3:00 PM EST, July 18, 2012. Offers may be submitted by email, fax, or regular mail. Questions regarding this solicitation will only be accepted until 12:00 noon EST, July 13, 2012. OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number. 2. CLIN Structure: 0001 - Replacement of intrusion and fire detection systems at three NPS buildings (08/01/2012 to 09/30/2012) Unit Price $__________ ( job) Total Cost (includes discounts) $__________ 3. Item number, unit price, and total cost. 4. Remittance address and DUNS number. 5. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety. 6. Past Performance Questionnaire 7. Building Diagram Completed Design Proposal. INTERESTED PARTIES MUST CONTACT THE POC BELOW FOR THE FOLLOWING DOCUMENTS PRIOR TO SUBMITTING QUOTE: Statement of Work titled "Replace Alarm System-Headquarters Complex", dated 05/22/2012. Building Diagram Brand Name Justification Past Performance Questionnaire Point of Contact: Thomas Council Contract Specialist P: 330-468-2500 x305 F: 330-468-2507 Email: Thomas_Council@nps.gov PRE OFFER SITE VISIT An organized site visit prior to offering has been scheduled for 11 of July at 10:00 AM CDT. Location of site visit: Indiana Dunes National Lakeshore 1100 N. Mineral Springs Rd Porter, Indiana 46304 The contractor's will be following the POC's to the locations - Ken Mehne 219-395-1658 or Anthony Sutphen 219-395-1655 / 219-916-2935 (cell).. The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) Technical and past performance when combined, are more important than price. 52.212-3, Offeror Representations and Certifications- Commercial Items (Full Text) SOLICITATION & CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). (12)(i) 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). Wage Determination No.: 2005-2191, Revision No.: 12, Date Of Revision: 06/13/2012, State: Indiana (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This statement is for Information Only: It is NOT a Wage Determination Employee Class: 28515 - Recreation Specialist Monetary Wage: WG-05-02 $18.81 Quality Assurance Surveillance Plan is as follows: QUALITY CONTROL: The contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the critical areas identified in the Statement of Work. QUALITY ASSURANCE: The government will periodically evaluate the contractor's performance in accordance with the Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22832/listing.html)
- Place of Performance
- Address: Indiana Dunes National Lakeshore1110 North Mineral Springs RoadPorter, IN 46304
- Zip Code: 463041299
- Zip Code: 463041299
- Record
- SN02791352-W 20120701/120629235750-f05e6e3a190b60fc1e7a397ee7a86d24 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |