Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
MODIFICATION

63 -- Replace and Install Security Cameras

Notice Date
9/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
140A0318Q0140
 
Response Due
9/18/2018
 
Archive Date
10/3/2018
 
Point of Contact
Robinson, Margie
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
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 140A0318Q0140 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office 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 Enterprise (ISBEE) 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. As part of your offer, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). 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), Southern Plains Regional Office, is soliciting offers for services to replace the security cameras and associated equipment on the Riverside Indian School campus. CLIN 00010 Price Schedule: Quantity: 1 @ $________________________ Provide a detailed price schedule for each building to include price of equipment and labor. Description of Services: The contractor shall provide all labor, materials, supplies, equipment, transportation, and supervision necessary to replace and install security cameras and update associated equipment in 15 buildings at Riverside Indian School. The contractor shall provide the following: High School Building ~ Replace existing Exacqvision NVR 16 port Avigilon HED Video Appliance in MDF 16 port Avigilon HED Video Appliance in IDF Migrate 15 existing cameras to appliances Install 5 new ACTi 3MP indoor dome cameras Install 7 new ACTi 3MP indoor dome cameras Dormitory Buildings~ Replace existing Exacqvision NVR 24 port Avigilon HD Video Appliance in Boys' Dorm 24 port Avigilon HD Video Appliance in Girls' Dorm Migrate 27 existing cameras to appliances Install 20 new ACTi 3MP indoor dome cameras 10 in Boys' Dorm 10 in Girls' Dorm Student Union/Cafeteria/Gymnasium Buildings ~ Install 16 port Avigilon HD Video Appliance in Student Union Install 2 ACTi 5MP zoom bullet cameras on south side of Student Union looking at common areas. Install 2 Avigilon Fisheye 6MP panoramic cameras inside Student Union common area. Install 1 ACTi 3MP indoor dome camera in Student Union Hallway/Exit area. Install 3 Avigilon encoders at Cafeteria. Supplied by Riverside Migrate analog cameras from old DVR to encoders Install 3 Avigilon encoders at Gymnasium 2 supplied by Riverside Migrate analog cameras from old DVR to encoders All cameras for Student Union, Cafeteria and Gymnasium record on 16 port HD Video Appliance at Student Union. Elementary Buildings/Guard Shack ~ Install 8 port Avigilon HD Video Appliance in Elementary Install 4 ACTi 5MP zoom bullet cameras on east side of Buildings 333, 316, 314, and 315 looking at the playground area. Install 2 Avigilon 5MP Analytic outdoor dome cameras at guard shack. Work shall be done in a neat and workman like manner. The Contractor is responsible for cleanup and disposal of all materials and trash. Any applicable permits shall be acquired by the contractor. Contractor is responsible for all damage done to concrete sidewalks, landings, parking lots, and landscaping. All work shall be coordinated with the Facilities Operations Specialist or his authorized representative. Location: Riverside Indian School Campus 101 Riverside Drive, 1-1/2 miles north of city on Hwy 281 Anadarko, OK 73005 High School, Boys Dormitory, Girls Dormitory, Student Union, Cafeteria, Gymnasium, Elementary Buildings, Guard Shack A site visit is recommended. Period of Performance: The contract shall be completed within 45 days of the contract award date. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. 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. The 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: (i)Factor 1: Technical Capability (1.) The offeror shall submit their technical approach and demonstrated experience/evidence of ability to successfully perform the installation of the security cameras and associated equipment. Submit a list of all qualified key personnel and information, such as resumes and the current certifications. (2.)Technical capability of the solution offered to meet the Government requirement shall be evaluated based on an evaluation of the Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." (3.)Offeror shall meet all the requirements in RFQ and submit documentation to verify. (4.)"Technically Acceptable" is defined as the solution offered to the Government that meets the minimum requirements of the solicitation. (5.)"Technically Unacceptable" is defined as the solution offered to the Government that does not meet the minimum requirements of the solicitation. (ii)Factor 2: Past Performance 1.Past performance shall provide adequate information describing the offeror ¿s previous experience in providing security camera solutions to the Federal Government. The offeror shall also list at least three contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. (iii)Factor 3: 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. Technical capability and past performance, when combined, are equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)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. (d)The lowest priced offeror who is technically acceptable will receive the award. (e)A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. 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)(NOV 2017), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-19, 52.204-10, 52.204-23, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4 and 52.242-5. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.211-6, 52.217-8, 52.222-22, 52.222-25, 52.223-6, 52.225-25, 52.228-5, 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. I, 52.246-4, 52.249-4, 52.249-8, 52.252-1, and 52.252-2. 1452.226-70 Indian Preference (APR 1984) 1452.280-1 Notice of Indian small business economic enterprise set-aside (JUL 2013) 1452.280-3 Subcontracting limitations (JUL 2013) 1452.228-70 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 Bureau of Indian Affairs. The amounts of the insurance shall be not less than as follows: Workers' Compensation and Employer's Liability - $100,000 General Liability - $500,000 Automobile Liability: $200,000 each person* $500,000 each occurrence* $20,000 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. 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 to the COR prior to submitting an IPP invoice: *Invoices will be paid upon approval and acceptance by the Government COR. Invoices must include, as a minimum, the following information: 1. Order Number 2. Item number of deliverable 3. Description of deliverable 4. Price of deliverable 5. Quantity of deliverable 6. Date deliverable was provided to the Government for inspection 7. Serial number/part number if applicable The contractor is responsible for ensuring the invoice submitted is accurate and complete 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 Margie M. Robinson at margie.robinson@bia.gov. Please reference solicitation number 140A0318Q0140 in the subject line of the email. All questions shall be submitted by 5:00 PM (CDT) on 5 September 2018. Quotes are due on Tuesday, 18 September 2018 at 5:00 pm (CDT). Quotes may be sent via email to margie.robinson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Offer submissions must include the following items and in the following order: 1.Documentation supporting the Contractor's ability to complete the project and include list and resumes/certifications of personnel who will be assigned the project 2.Proposed work schedule and timeline 3.Pricing schedule associated with each building 4.Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number) 5.Completed Indian Owned Economic Enterprise Representation (attached) 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/140A0318Q0140/listing.html)
 
Place of Performance
Address: Riverside Indian School 101 Riverside Drive Anadarko OK 73005 USA
Zip Code: 73005
 
Record
SN05084367-W 20180913/180911231525-0923c2cb10c10d82ae9588224309febf (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.