Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOLICITATION NOTICE

R -- INSTALLATION OF DOOR LOCK SYSTEM

Notice Date
8/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
BIA EORO 00008 3100 WEST PEAK BOULEVARD Contracting Office Muskogee OK 74402 US
 
ZIP Code
00000
 
Solicitation Number
140A0818Q0028
 
Response Due
8/23/2018
 
Archive Date
9/7/2018
 
Point of Contact
Impson, Katheryn
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
INSTALLATION OF DOOR LOCK SYSTEM This is a combined synopsis/solicitation for commercial items 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 for this procurement is 140A0818Q0028 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, Office of Justice Services intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 dated June 15, 2018. This solicitation is an Indian Small Business Economic set aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. The associated North American Industry Classification System code (NAICS) is 561621 Security Systems Services and the size standard is $20.5 Mil. The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is soliciting offers for Audio/Door locking system and installation. Price Schedule: CLINS 0010: Installation and purchase of audio/door locking system Total price: $__________________________ Statement of work The Bureau of Indian Affairs, Office of Justice Services is in need of a door lock security system at the Regional Office located at 3100 W. Peak Blvd, Muskogee, OK, 74401. The contractor shall be responsible for installing a total of eight AX MV Color Video Master Station Desktop stations to control all Access Door Locks for the Office of Justice Services located on the second floor. The contractor will install a Master Reader with Keypad and surface mounted door lock for entry into newly added offices. Contractor will install one additional Access Control Unit to control all video and lock stations. All cables and wires must be installed above ceilings and fished into the sheetrock walls for a professional appearance, and a ground installed to the central control panels for electrical integrity. The following equipment specifications will be followed: *(8) AX MV Video Master Stations with stands for Access AX *(1) Central Control Unit for doors and Master stations. *(1) Stainless Steel flush mount Color Video Door Station. *(1) AX Surface 12/24 VDC US32 Rim mount door lock. The contractor shall ensure all newly installed equipment is integrated with existing system and all new equipment must use existing security tokens. The contractor must leave building and offices in the same condition before work started. All debris and clutter must be cleaned and disposed of by the contractor. The contractor will guarantee the workmanship for a period of at least one year, and replace any faulty parts or equipment at their expense. This does not include operator error, abuse, tampering, and vandalism, damage from fire, water or chemicals. The contractor shall furnish all labor, supervision, tools equipment and transportation, to perform the requirements contained in this work statement. Payment Requirements: No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer. Only a Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. Payment will be processed through ipp.gov, see clauses. Contractor Personnel Requirements: The contractor shall be responsible for managing and overseeing the activities of all contractor personnel,. The contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. The contractor shall appoint one project manager who serves as primary point of contact on this effort. The project manager must be able to read, write, speak, and understand English. Period of Performance: Anticipated contract award date is Thursday, August 23, 2018. Project shall begin within 30 days of award. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable the following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (b)Factor 1: Technical Capability 1.Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." 2.Offeror shall meet all the requirements in the statement of work and submit documentation to verify. 3."Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4."Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c)Factor 2: Price 1.Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. (d)AWARD PROCESS: 1.The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive." 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable." 3."Technically Acceptable" quotations will be then ranked according to Price. 4.The lowest priced offeror who is technically acceptable will receive the award. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.209-6, 52.209-10, 52.219-6, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-2, 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.211-8, 52.217-8, 52.223-6, 52.225-1, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.237-1, 52.237-2, 52.243-1 Alt. 1, 52.246-1, 52.246-4, 52.246-16, 52.249-1, 52.249-8, 52.252-1 and 52.252-2, 52.252-3. DIAR Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: www.ecfr.gov/cgi-bin/text-idx?sid=50def0b876ad2ef1f411be79c91366eb&c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl#1400 1452.226-70 Indian Preference (Apr 1984) 1452.280-3 Subcontracting Limitations (JUL 2013) 1452.280-1 Notice of Indian Small Business Economic Enterprise Set-Aside (JUL 2013) 1452.280-2 Notice of Indian Economic Set-Aside (JUL 2013) 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. (End of provision) DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 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). Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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: *A copy of the contractor ¿s official company invoice 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. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Katheryn (Katie) Impson at katheryn.impson@bia.gov. Please reference solicitation number 140A0818Q0028 in the subject line of the email. All questions shall be submitted by Friday, 17 August 2018. Quotes are due on Tuesday, 21 August 2018 at 12:00 pm (CT). Quotes may be sent via email to Katheryn.impson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. **If a site visit is needed please call Katheryn Impson (918)781-4612. Site visits will be scheduled for the week of August 13, 2018 through August 17, 2018 between the hours of 8a.m. ¿ 3p.m. QUOTE SUBMISSION INFORMATION: Quote submissions must include the following items: 1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number). 2. Summary of technical capability in accordance with 52.212-2(b)(2). 3. Pricing schedule 4. 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. (End of provision) Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0818Q0028/listing.html)
 
Record
SN05026603-W 20180810/180808231131-965bbe9efafd5186083ab28ee53509e3 (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.