SOLICITATION NOTICE
H -- FIRE ALARM AND SPRINKLER SYSTEM MAINTENANCE AND REPAIR
- Notice Date
- 1/5/2017
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NPS, NER SERVICES MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS00241
- Response Due
- 1/31/2017
- Archive Date
- 2/15/2017
- Point of Contact
- Maison, Cheryl
- Small Business Set-Aside
- Total Small Business
- Description
- 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is P17PS00241 and is issued as a Request for Quotation (RFQ) under Federal Acquisition Regulation (FAR) Part 12. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92 dated November 18, 2016. The FAC and FAR is available at https://www.acquisition.gov/FAR. This requirement is solicited as a Set-Aside for Small Business Concerns (Total Small Business Set-Aside) under NAICS Code 561621, Alarm System Monitoring and related services with a U. S. Small Business Administration size standard of $20.5 million. The U.S. Department of Labor Service Contract Labor Standards Wage Determination, Decision Number 2005-2255, Revision Number 19 dated December 29, 2015 (Attachment Number 3) is applicable to this combined synopsis/solicitation. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally CCR and ORCA). Quoters must ensure that they are self-certified under NAICS Code 561621 as a small business in the Representations and Certifications portion of SAM prior to award of any contract. Contractors shall submit quote on Standard Form 1449, Solicitation/Contract/Order for Commercial Items and Price Schedule (Attachment 2). Quotes shall be submitted electronically to Cheryl Maison at cheryl_maison@nps.gov and are due on January 31, 2017 at 5:00PM local prevailing time. For information/questions regarding this combined synopsis/solicitation, contact Cheryl Maison at cheryl_maison@nps.gov. Questions shall be submitted via email to cheryl_maison@nps.gov no later than January 31, 2017 at 11:00 AM local prevailing time. The Government anticipates awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government considering PRICE only. Place of Performance: Lowell National Historical Park, Lowell, Massachusetts A site visit is scheduled on Wednesday, January 25, 2017 at 10:00AM at the Lowell National Historic Park, Lowell, Massachusetts. Meet at the Maintenance Facility, 220 Aiken Street, Lowell, MA 01852. Site Visit Point of Contract: Charlie Raye, Contracting Officers Representative, charlie_raye@nps.gov. Contractor shall provide all labor, materials, supplies, travel, supervision, and overhead to perform maintenance and repair of 5 fire and sprinkler alarm systems and provide a complete annual inspection maintenance and repair of 5 fire and sprinkler alarm systems and provide a complete annual inspection in accordance with the Statement of Work (Attachment 1), Price Schedule (Attachment 2), and the Service Contract Act Wage Determination (Attachment 3). The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with their offer. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The following clauses apply to this acquisition: 52.203-99, 52.204-13, 52.204-18, 52.204-19, 52.212-2, 52.216-18, 52.216-19, 52.216-22, 52.217-8, 52.217-9, 52.223-5, 52.223-17, 52.232-39, 52.232-40, 52.237-2, 52.242-15, 52.245-1, 52.245-9, 52.247-1, 52.252.2, and 52.252-6. The following provisions apply to this acquisition: 52.203-98, 52.204-7, 52.204-16, 52.204-17, 52.209-2, 52.209-11, 52.217-5, and 52.225-25, 52.237-1, 52.252-1 and 52.252-5. 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: WG-4749-07/07 Maintenance Worker Monetary Wage: $18.89/hour (End of clause) 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph(d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) 1452.228-70 Liability Insurance (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: 1. Workmans Compensation and Employer Liability Insurance: Compliance with applicable Federal and State Workers Compensation and Occupational Disease Statutes shall be required. Employer liability coverage in the minimum amount of: $100,000. 2. General/Professional Liability Insurance: Bodily injury liability insurance minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance: This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage shall be required. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasurys Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. - Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice on company letterhead. Attach breakout of labor and materials to include supplier receipts for all work performed under Service Calls and Repairs. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) LOC-DOI Agency Protests (NOV 2007) (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officers response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: National Park Service Bureau Procurement Chief 200 Chestnut Street Philadelphia, PA 19106 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAO) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00241/listing.html)
- Place of Performance
- Address: Lowell National Historical Park 67 Kirk Street Lowell MA 01852-1029 USA
- Zip Code: 01852-1029
- Zip Code: 01852-1029
- Record
- SN04364933-W 20170107/170105235056-8b5b9f1037a8e86b9caf0528564e7f4e (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 |