Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

J -- Provide Fire Alarm Inspection Service at Gateway A

Notice Date
4/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0028
 
Response Due
4/23/2018
 
Archive Date
5/8/2018
 
Point of Contact
Nelson, Colton
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: 140P6218Q0028 Notice Type: Combined Synopsis/Solicitation Synopsis: (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii)This solicitation, 140P6218Q0028, shall serve as a Request For Quotation (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (Effective 19 JAN 2017) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm] (iv)The associated North American Industrial Classification Standard (NAICS) is 561621 ¿ Security Systems Services (except Locksmiths) with the business size standard set at $20,500,000 annual revenue by the Small Business Administration. (v)Quotes are required to be received no later than 4:00 P.M. CST, 11 MAY 2018. Submit written quotes only. Oral quotes will not be accepted. Quotes must be good for 30 days. All quotes must be sent to the attention of Colton Nelson via email to colton_nelson@nps.gov. (vi)All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. (vii) The Gateway Arch National Park is soliciting request for quotations for a Fire Alarm Inspection Service. Services shall only pertain to The Old Court House Building. Services to the Government under this contract shall meet or exceed the following in accordance with the attached Statement of Work (SOW). At minimum, pricing breakout will include: Per unit/device inspection cost: $_____________ Material/Equipment Costs: $_____________ Post Inspection Reporting: $_____________ Total Cost of Service: $_____________ (vii)Period of Performance: 5 Business Days (viii) Place of Performance: Gateway Arch National Park, Old Courthouse, 11 N. 4th Street. St. Louis, MO 63102 (ix)Site Visit: A site visit will be held on Wednesday, April 18, 2018 at 08:00 AM. The site visit is not mandatory however, it is highly encouraged to attend. (x)Question and Answer Period: All project related questions will be documented and posted as an amendment to request for quotation 140P6218Q0028. Question and Answer period will close 23 April 2018 at 16:00 PM. All questions must be received prior to 23 April 2018 to be posted. Please send any additional questions in writing to Colton Nelson at colton_nelson@nps.gov. (xi)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, service description, quantity, unit of measure, unit price, total price, and period of performance. (xii)The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See Addendum to 52.212-2 for evaluation factors. (xiii)The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (xiv)The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. Addendum to 52.212-2 Evaluation of Quotes The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotations: a.Price b.Technical ¿ Technical capability will be evaluated: i.By how well the proposed service meets the Government ¿s requirement. ii.Interested parties will need to provide proof of certifications as detailed in Statement of Work 3.B.2. c.Past Performance ¿ Include past performance information for three relevant projects that occurred in the past 3 years. Please fill out and submit the Past Performance Data Sheet with the final package. The following clauses within 52.212-5 are applicable: 52.209-6 Protecting Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41 Service contract Labor Standards WD 15-5075 (Rev. -8) ¿ Wage Determination No. 2015-5075, Revision No. 8 and Date of Revision 01/10/2018: 23290 Fire Alarm System Mechanic 52.222-42 Statement of Equivalent Rates for Federal Hire Employee ClassWage Grade / Hourly Rate / Fringe Benefits Fire Alarm System MechanicWG-10 / $28.42 / $10.30 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) 1452.228-70 Liability Insurance Liability Insurance ¿Department of the Interior (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: $100,000 each person $100,000 each occurrence $100,000 property damage (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) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's 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: None 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 CCR) 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 Clause) Attachments to Solicitation 140P628Q0028 1.Statement of Work Document, Site Maps, SD Dip Switch Master Log, Wireless Repeater Master List and Manual Pull-Station List 2.Past Performance Data Sheet 3.Wage Determination Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0028/listing.html)
 
Record
SN04883300-W 20180411/180409230906-6566e063030e3e2a0b5f8243b5bb4e9b (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.