SOLICITATION NOTICE
12 -- Fire System Annual Inspection - Option Year
- Notice Date
- 1/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 0003632
- Point of Contact
- Samantha L. Schottler,
- E-Mail Address
-
samantha.schottler@ic.fbi.gov
(samantha.schottler@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.0 BACKGROUND: This is a contract to perform annual state and federal fire systems inspections for the FBI facility located in Lakehurst New Jersey. This is a non-personal services contract. The Government shall not exercise any supervision or control over contractor employees performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 2.0 OFFER SUBMISSION INSTRUCTIONS AND DEADLINES: Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 2.1 Quotations may be submitted in contractor format and shall include: 2.1.1 Company name, address, telephone number, point of contact, email address, and fax number 2.1.2 Solicitation number 2.1.3 Price Quote 2.1.4 Contractor DUNS number 2.1.5 Signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation 2.1.6 Do not calculate past the second decimal point 2.1.7 Descriptive literature IAW FAR 52.211-6 as shown within 2.1.8 Complete and return Offeror Representations and Certifications -Commercial Items IAW FAR 52.212.3 2.2.1 A site visit will take place on Tuesday, February 14, 2017 at 9:00 AM Eastern Standard Time (EST) 2.2.2 All vendor employees attending the site visit must submit 1) full legal name 2) place of birth 3) date of birth and 4) Social Security Number to Samantha.Schottler@ic.fbi.gov by Wednesday, February 8, 2017 NO LATER THAN 1:00 PM EST 2.2.2 Questions must be submitted via email to Samantha.Schottler@ic.fbi.gov by Tuesday, February 14, 2017 2:00 PM EST 2.2.3 Price quotes must be submitted via email to Samantha.Schottler@ic.fbi.gov by Monday, February 27, 2017 10:00 AM EST NOTE: All offerors must be registered in System for Award Management (SAM) and have an active registration to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.sam.gov 3.0 DELIVERABLES: 3.1.0 Contractor will inspect, recommend, and repair the complete fire suppression systems of the following hangar facility systems 3.1.1 The following requirements will be completed on an annual basis of each year: (QTY 1) Fire sprinkler wet system located throughout the facility to include first and second floors as well as the hangar area of the facility. This system also includes the two 750 GPM tanks that make up the system (QTY 1) Main fire alarm panel located in main entryway (QTY 20) Multiple class fire extinguishers 3.1.2 The following requirement will be completed on a semiannual basis (QTY 1) Fire suppression system located in the kitchen 3.2 Contractor must submit a full inspection report via hard copy and electronic copy within 15 days of service to kevin.darby@ic.fbi.gov. 3.3 Work must be completed during the hours of 7:30 AM EST - 3:00 PM EST Monday thru Friday excluding federal holidays 4.0 SECURITY Contractor shall provide qualified personnel with the ability to obtain an "Escorted" clearance on the military base. No cost to contractor. 5.0 PERIOD OF PERFORMANCE AND CONTRACT LINE ITEMS (CLINs): For each Period of Performance, offerors must submit a quote for the Deliverables requested in Section 3.0 of the Statement of Work (SOW) Line item 001 (Base Year) Period of Performance: Contract award to 31 December 2017 Annual and semiannual service to be completed in March 2017, other semiannual service to be completed in October 2017 Line item 002 (Option Year 1) Period of Performance: 1 January 2018 to 31 December 2018 Annual and semiannual service to be completed in February 2018, other semiannual service to be completed in August 2018 Line item 003 (Option Year 2) Period of Performance: 1 January 2019 to 31 December 2019 Annual and semiannual service to be completed in February 2019, other semiannual service to be completed in August 2019 Line item 004 (Option Year 3) Period of Performance: 1 January 2020 to 31 December 2020 Annual and semiannual service to be completed in February 2020, other semiannual service to be completed in August 2020 Line item 005 (Option Year 4) Period of Performance: 1 January 2021 to 31 December 2021 Annual and semiannual service to be completed in February 2021, other semiannual service to be completed in August 2021 6.0 EVALUATION PROCESS: 6.1 This contract will be awarded to the lowest price technically acceptable offeror 6.2 Bidder must provide three references detailing its experience providing similar services. The references must include a contact name, telephone number, and email address 6.3 Bidder must include the proposed technician's certification with their bid. At a minimum the individual preforming the service must be NICET Level II certified to inspect fire sprinkler wet systems 7.0 CONTRACT TYPE AND PRICING 7.1 Firm fixed price base plus four option years 8.0 INVOICING 8.1 Invoices shall be in accordance with FAR 32.905 8.2 Invoices will be issued by the contractor and processed by the FBI following each completed service PROVISIONS AND CLAUSES ARE AS FOLLOWS 52.202-1 Definitions, in solicitations and contracts that exceed the simplified acquisition threshold. 52.203-2 Certificate of Independent Price Determination. As prescribed in 3.103-1, insert the following provision. If the solicitation is a Request for Quotations, the terms "Quotation" and "Quoter" may be substituted for "Offer" and "Offeror." 3.103-1 Solicitation provision. The contracting officer shall insert the provision at 52.203-2, Certificate of Independent Price Determination, in solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (a) The acquisition is to be made under the simplified acquisition procedures in Part 13; (b) [Reserved] (c) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (d) The solicitation is for utility services for which rates are set by law or regulation. 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-7 Anti-Kickback Procedures. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.203-16 Preventing Personal Conflicts of Interest. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-1 Approval of Contract. 4.101 Contracting officer's signature. Only contracting officers shall sign contracts on behalf of the United States. The contracting officer's name and official title shall be typed, stamped, or printed on the contract. The contracting officer normally signs the contract after it has been signed by the contractor. The contracting officer shall ensure that the signer(s) have authority to bind the contractor (see specific requirements in 4.102 of this subpart). 52.204-2 Security Requirements. 52.204-3 Taxpayer Identification. 4.905 Solicitation provision. The contracting officer shall insert the provision at 52.204-3, Taxpayer Identification, in solicitations that- (a) Do not include the provision at 52.204-7, System for Award Management; and (b) Are not conducted under the procedures of Part 12. 52.204-7 System for Award Management. 52.204-8 Annual Representations and Certifications. (a) Except for commercial item solicitations issued under FAR part 12, insert in solicitations the provision at 52.204-8, Annual Representations and Certifications. The contracting officer shall check the applicable provisions at 52.204-8(c)(2). When the provision at 52.204-7, System for Award Management, is included in the solicitation, do not include the following representations and certifications: 52.204-13 System for Award Management Maintenance. 52.204-14 Service Contract Reporting Requirements. 52.204-19 Incorporation by Reference of Representations and Certifications. 52.207-1 Notice of Standard Competition. 52.216-24 Limitation of Government Liability. (b) In addition, the contracting officer shall insert the following clauses in solicitations and contracts when a letter contract is contemplated: (2) The clause at 52.216-24, Limitation of Government Liability, with dollar amounts completed in a manner consistent with 16.603-2(d); and (3) The clause at 52.216-25, Contract Definitization, with its paragraph (b) completed in a manner consistent with 16.603-2(c). If at the time of entering into the letter contract, the contracting officer knows that the definitive contract will be based on adequate price competition or will otherwise meet the criteria of 15.403-1 for not requiring submission of certified cost or pricing data, the words "and certified cost or pricing data in accordance with FAR 15.408, Table 15-2 supporting its proposal" may be deleted from paragraph (a) of the clause. If the letter contract is being awarded on the basis of price competition, the contracting officer shall use the clause with its Alternate I. 52.217-2 Cancellation Under Multiyear Contracts. 52.217-3 Evaluation Exclusive of Options. 52.217-4 Evaluation of Options Exercised at Time of Contract Award. 52.217-5 Evaluation of Options. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-17 Nondisplacement of Qualified Workers 52.222-50 Combating Trafficking in Persons. 52.225-13 Restrictions on Certain Foreign Purchases. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations. 52.233-2 Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.244-6 Subcontracts for Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/0003632/listing.html)
- Place of Performance
- Address: Lakehurst Hangar Facility, Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN04380722-W 20170127/170125234544-3bec2819796d8326c4e5f90a047313a0 (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 |