SOLICITATION NOTICE
41 -- Uninstall, supply and install BAC-net open protocol controllers - RFQP05161200017
- Notice Date
- 8/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Justice, Bureau of Prisons, FCI Three Rivers, PO Box 4000, Hwy 72 West, Three Rivers, Texas, 78071
- ZIP Code
- 78071
- Solicitation Number
- RFQP05161200017
- Archive Date
- 9/22/2012
- Point of Contact
- Melina L. Johnson, Phone: (361) 786-8695, Jamie McComas, Phone: 361-786-3576 x1140
- E-Mail Address
-
mljohnson@bop.gov, jmccomas@bop.gov
(mljohnson@bop.gov, jmccomas@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NCIC FORMS FAR CLAUSES/BUSINESS MANAGEMENT QUESTIONNAIRE/REPS AND CERTS SOW/TECHNICAL DESIGN GUIDELINES/DRAWINGS RFQ Cover Letter This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is subject to the rules of FAR Part 12 and 15. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice constitutes solicitation RFQP05161200017 and is being issued as a Request for Quote. This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-59. This acquisition is a total small business set-aside. The applicable NAICS code for this acquisition is 238290 and the small business size standard is $14.0 million. The Federal Bureau of Prisons, Federal Correctional Institution Three Rivers, Texas, located at Hwy 72 West, Three Rivers, Texas 78071 intends to award a firm-fixed price type contract for the acquisition of a contractor to provide labor, materials, equipment and training necessary to remove the existing Barber Coleman controllers in two buildings, and supply and install new BAC-net open protocol controllers. The contractor shall supply new BAC-net open protocol controllers for both buildings. The contractor shall install the new BAC-net open protocol controllers in only one building while training institution staff to install the new BAC-net open protocol controllers in the second building. Contractor shall provide all required programming for both buildings when installation of new controllers is complete. Contractor has 140 calendar days to complete entire project. A description of the services required is attached to this posting as an attachment. All FAR clauses and provisions that will affect this contract are attached. Please read each page carefully as there are fill ins required by the contractor. Security and Investigative Requirements: The employees of the Contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCI Three Rivers is responsible for conducting the appropriate law enforcement check on all Contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: 1). National Crime Information Center (NCIC) check; 2). DOJ 99 (Name Check); 3). FD 258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting an offer, the Contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the Contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the Contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education. The Contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or Contract Monitor for proper disposition. Central Contractor Registration - Offerors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. FOIA- Offerors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. RFQ Attachments: Statement of Work/ Technical Design Guidelines Drawings/Mechanical Schedules, HVAC plans and Diagrams NCIC Form Applicable FAR clauses and provisions, Business Management Questionnaire, Reps and Certs EVALUATION FACTORS: The contract type is a firm fixed price. The Government reserves the right upon award to make formal single or multiple awards. Quotations will be evaluated and award will be based on the price, past performance, offer confirms with the solicitation and is most advantageous to the Government. With your quote provide all specifications and warranties. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous. The proposed price must include all associated charges, fees and delivery cost (FOB Destination). SUBMISSION OF QUOTES: Quotes must be received at the Federal Correctional Institution Three Rivers, P.O. Box 4000, Hwy 72 West, Three Rivers, Texas 78071 no later than September 7, 2012 2:00 p.m. cst. Written offers will be accepted by mail or hand -carried delivery. Mailed or Hand-carried offers must be delivered to the attention of Melina Johnson, Senior Contracting Officer at the address shown. The official point of receipt for hand-carried offers will be at the front lobby area of the main FCI. Quotes are due not later than Friday September 7, 2012 at 2:00 p.m. cst. Quotes received after this date will not be considered for award. If any amendments take place, then a signed copy of each amendment must accompany your quote for verification. Anticipated date of award is on or about September 14, 2012. *Faxed quotes will not be accepted* REQUIRED SUBMITTALS: On letterhead or business stationary, the following required information must be submitted. Failure to provide required information may result in your offer not being considered. (1) Contractors DUNS Number (2) Schedule of Items with pricing and the combined synopsis/solicitation number (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. Please ensure that a business size is listed for this requirement's applicable NAICS code - [enter applicable NAICS code]. (4) Documentary evidence of compliance with qualifications. (5) A written description of contractor's plan to fulfill the contract requirements throughout the life of the contract. (6) Point of Contact information for professional references. The Contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (7) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement - provide it with your offer submittal (Business Management Questionnaire). (8) All warranty information regarding manufacturer warranties. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to insure that they have the most up to date information about this acquisition. Awarded pricing will only be available at www.fbo.gov, on or about September 21, 2012. An organized site visit will take place on August 21, 2012 at 1:00 p.m. cst for all contractors whom are interested in viewing where the above work will take place. The site visit will start at the main lobby of FCI Three Rivers, Hwy 72 West, Three Rivers, Texas 78071. If interested in attending the site visit notification must be made to Melina Johnson, Senior Contract Specialist, at mljohnson@bop.gov by Friday, August 17, 2012. All contractors must complete and return the following forms (NCIC) with the response to the site visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/51603/RFQP05161200017/listing.html)
- Place of Performance
- Address: FCI Three Rivers, P.O. Box 4000, Hwy 72 West, Three Rivers, Texas, 78071, United States
- Zip Code: 78071
- Zip Code: 78071
- Record
- SN02832644-W 20120811/120810000404-6a647edc40c03f5d309b09345d0aa19f (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 |