Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOLICITATION NOTICE

J -- Alarm Monitoring Service National Park Service Locations near Boston, MA

Notice Date
3/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NPS, NER - NE MABOBoston National Historical ParkCharlestown Navy YardBuilding I-1BostonMA02129-4543US
 
ZIP Code
00000
 
Solicitation Number
P13PS00134
 
Response Due
3/18/2013
 
Archive Date
4/17/2013
 
Point of Contact
VALERIE DEANGELIS
 
E-Mail Address
Valerie_DeAngelis@nps.gov
(valerie_deangelis@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service is issuing this Combined Synopsis/Solicitation under commercial item procedures in accordance with Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotation (RFQ) and a written solicitation will not be issued. This RFQ number P13PS00134 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-65, dated January 29, 2013. This RFQ is issued as a total small business set-aside. The North American Standard Industrial Classification System (NAICS) Code is 561621 Alarm System Monitoring Service with a $12.5 MIL size standard. One Firm Fixed Priced Award will be made to the responsible quoter based on the evaluation factors/subfactors described below. This Combined Synopsis/Solicitation is issued for Alarm Monitoring Services for a Base 1 year period of performance and 4 option years for the following locations in the greater Boston, MA area: Frederick Law Olmsted National Historic Site (NHS) located in Brookline, MA; Longfellow-Washington NHS located in Cambridge, MA; John F. Kennedy Birthplace NHS located in Brookline; Maintenance Facility, currently located in Brighton, MA which will be relocated to another building within the same vicinity. The contractor shall provide alarm monitoring services to monitor intrusion, telecommunications and fire protection at all four locations. Base Period of Performance: 4/1/2013 through 3/31/2014 Option Year 1: 4/1/2014 through 3/31/2015 Option Year 2: 4/1/2015 through 3/31/2016 Option Year 3: 4/1/2016 through 3/31/2017 Option Year 4: 4/1/2017 through 3/31/2018 Line Items CLINS 00010; 00060; 00110; 00160 and 00210 Alarm Monitoring Services for the Longfellow-Washington National Historical Site (NHS), 105 Brattle St., Cambridge, MA 02138 for the base and (4) option years defined above. CLINS 0020; 00070; 00120; 00170 and 00220 Alarm Monitoring Services for the Frederick Law Olmsted NHS, 99 Warren St., Brookline, MA 02445-5930 for the base and (4) option years defined above. CLINS 0030; 0080; 00130; 00180 and 00230 Alarm Monitoring Services for the John F. Kennedy NHS, 83 Beals St., Brookline, MA 02446-6010 for the base and (4) option years defined above. CLINS 0040; 0090; 00140; 00190 and 00240 Alarm Monitoring Services for the Maintenance Facility, 45 Life St., Brighton, MA 02135 for the base and (4) option years defined above. CLINS 00050; 00100; 00150; 00200; 00250 Alarm Maintenance/Service Repair Hourly Rate for Locations identified above for the base and (4) option years defined above. Provisions and Clauses incorporated by reference can be found at: https://www.acquisition.gov/far/index.html 52.212-1 - Instructions to Offerors-Commercial Request for Quotes are due for this Combined Synopsis/Solicitation on 3/18/2013 at 2:00 PM Eastern Standard Time. Electronic quote shall be accepted and shall be emailed to Valerie_DeAngelis@nps.gov. Submit questions via email to Valerie_DeAngelis@nps.gov no later than 3/8/13. Quoters shall complete the Schedule found in Attachment 0004, Pages 1 3 in addition to providing the required documentation as described in the Performance Work Statement. Quoters shall furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All quotes shall be signed by authorized company official. Vendor must be registered in www.SAM.gov (System for Award Management). SITE VISIT: A site visit of the locations is highly encouraged but not mandatory. Interested vendors shall meet NPS Facility Manager Scott Fletcher at the Maintenance Facility, 45 Life St., Brighton, MA on March 6, 2013 at 7:00 AM, local prevailing time. Other locations will be visited thereafter. Please respond via email to Valerie_DeAngelis@nps.gov to confirm your attendance at the site visit. 52.212-2 - Evaluation-Commercial Items - the RFQ will be evaluated as Lowest Priced Technically Acceptable based on the following evaluation criteria: I. Technical a.Submission of a Response/Event Hierarchy Plan in accordance with the Performance Work Statement (PWS), Attachment 0001, pages 1 12. b.Submission of Class C, D and S licenses required in accordance with the PWS, Attachment 0001, pages 1 12. II.Price III.Past Performance a.Submission of 3 to 5 documented performances showing demonstrated ability and successful past performance in providing recent and relevant performance of the services described in the PWS. Contractors with no past performance will not be rated favorably or unfavorably on past performance. Proposals are evaluated for acceptability/nonacceptability. Additional Provisions and Clauses incorporated by reference: 52.212-3, Offeror Representations and Certifications - Commercial Items, a completed copy of the provision at 52.213-3 shall be submitted with the proposal, or you can register your representations and certifications with your System for Award Management registration located at www.SAM.gov. 52.212-4, Contract terms and Conditions- Commercial Items 52.212.-5 - Contract terms and Conditions- Commercial Items with the following additional FAR Clauses incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222.37 Employment Reports on Veterans 52.222-54 Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 2.225-1 Buy American Act Supplies 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) Additional applicable FAR Clauses: 52.217-8 Option to Extend Services 5.217-9 Option to Extend the Term of the Contract 52.228-5 Insurance Work on a Government Installation 52.247-21 Contractor Liability for Personal Injury and/or Property Damage The following DOI Clauses and Local Clauses are also applicable to this procurement: DOI Electronic Invoicing and Payment Requirements IPP Processing Platform Contractor Performance Information (DIAPR) 2010-14 Amendment 1 1452.228-70 Liability Insurance Contractors may contact Valerie_DeAngelis@nps.gov for full text of these DOI Clauses. Department of Labor Service Contract Act Wage Determination 2005-2255 Revision No. 14, dated 6/13/13, Attachment 0002, pages 1 10 is applicable to this procurement. END OF COMBINED SYNOPSIS SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00134/listing.html)
 
Record
SN03000680-W 20130303/130302091652-7fbf5c8672a4278d27cfba8794601091 (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.