Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
SOLICITATION NOTICE

63 -- Alarm System Monitoring - Scope of work for alarm system monitoring - Alarm System Monitoring Bidder Sheet

Notice Date
10/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Land Between The Lakes, 100 Van Morgan Drive, Golden Pond, Kentucky, 42211, United States
 
ZIP Code
42211
 
Solicitation Number
AG-4870-S-13-0001
 
Archive Date
11/17/2012
 
Point of Contact
Margie A. Mitchell, Phone: 270-924-2005
 
E-Mail Address
mamitchell@fs.fed.us
(mamitchell@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Alarm System Monitoring Bidder Sheet Scope of work for alarm system monitoring The Land Between The Lakes NRA intends to issue a contract for alarm monitoring services. This synopsis is issued as Subject to Availability of Funds (SAF). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; requests for proposals are being requested and a written solicitation will not be issued. 1. The USDA Forest Service intends to award a Firm-Fixed price contract for the following project. A detailed description of requirements is included in the attached statement of work. The solicitation is issued as a Request for Quote (RFQ). Applicable clauses and provisions and wage determination are attached. 2. Following provisions in their latest editions apply to the solicitation: FAR 52.202-1 Definitions, FAR 52.203-5 Covenant Against Contingent Funds, FAR 52.203-6 Restrictions on Subcontract Sales to the Government, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.204-7 Central Contract Registration, FAR 52.204-8 Annual Representation and Certification, FAR 52.209-9000 Organizational and Consultant Conflicts of Interest, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.216-18 Ordering, FAR 52.216-19 Order Limitations, FAR 52.216-21 Requirements, FAR 52.217-18 Option to Extend Services, FAR 52.217-9 Option to Extend Term of the Contract, FAR 52.222-3 Convict Labor, FAR 52.222-20 Walsh-Healy Public Contract Act, FAR 52.222-26 Equal Opportunity, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-21 Required Use of American Iron, Steel, and Manufactured Goods-Buy American Act-Construction Materials, FAR 52.225-22 Notice of Required Use of American Iron, Steel, and Manufactured Goods-Buy American Act-Construction Materials, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran Representations and Certifications, FAR 52.232-1 Payments, FAR 52.232-19 Availability of Funds for the Next Fiscal Year, FAR 52.232-21 Prohibition of Segregated Facilities, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-2 Service of Protest, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.233-244-6 Subcontracts for Commercial Items, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses. The following provisions in their latest editions apply to the solicitation: FAR 52.203-3-Gratuities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.212-5 Contract Terms and Conditions Require to Implement Statutes or Executive Orders - Commercial Items, FAR 52.216-19 Order Limitations, FAR 52.216-22 Indefinite Quantity, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.252-2 Clauses Incorporated by Reference, AGAR 422.7001 Labor Law Violations (August 2011). FAR 52.203-3-Gratuities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.212-5 Contract Terms and Conditions Require to Implement Statutes or Executive Orders - Commercial Items, FAR 52.216-19 Order Limitations, FAR 52.216-22 Indefinite Quantity, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.252-2 Clauses Incorporated by Reference, AGAR 422.7001 Labor Law Violations (August 2011). Full text of these provisions and clauses may be obtained from the following internet website: http://farsite.hill.af.mil/ 3. A SAM account registration is required prior to the award. It's available online at: www.sam.gov 4. Period of performance is a base year with four (4) option years. Base Year (December 1, 2012 through September 30, 2013) Option Year 1 (October 1, 2013 through September 30, 2014) Option Year 2 (October 1, 2014 through September 30, 2015) Option Year 3 (October 1, 2015 through September 30, 2016) Option Year 4 (October 1, 2016 through September 30, 2017) 5. Electronic (e-mail) questions regarding this solicitation shall be e-mailed to Margie A. Mitchell at mamitchell@fs.fed.us Questions shall be submitted no later than 1200 CST Friday, October 19, 2012. Answers shall be provided no later than 1200 noon CST Friday, October 26, 2012. 6. A mandatory site visit is scheduled for 10:00 a.m. (CST) on Tuesday, October 23, 2012 at 100 Van Morgan Drive, Golden Pond, KY 42211-9001. 7. Offers must be valid for sixty (60) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror's responsibility to visit this website frequently for updates on this procurement. 8. Quotes are due on or before 1200 noon CST Friday, November 2, 2012 addressed to Margie A. Mitchell, USDA Forest Service, 100 Van Morgan Drive, Golden Pond, KY 42211. Late offers will not be considered. NOTE: The United States Postal Service only delivers mail to our office on Tuesday and Friday of each week. 9. The NAICS code for this requirement is 561621, and the small business size standard is $6.5M in revenues. To be eligible for award, registration online in the Centralized Contractor Registration Database is mandatory. 10. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer is conforming to the solicitation which will be most advantageous to the Government. The award decision is based on past performance and lowest price. Offeror must submit (3) three references of similar work. The weight of past performance and price are both equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4870/AG-4870-S-13-0001/listing.html)
 
Place of Performance
Address: USDA Forest Service, Land Between The Lakes, 100 Van Morgan Drive, Golden Pond, Kentucky, 42211, United States
Zip Code: 42211
 
Record
SN02905632-W 20121003/121001235305-59ba13b0371c81ce2357ae7a8ccdb8ac (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 |
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.