Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
MODIFICATION

R -- C4ISR Facility Lobby Desk Clerk (Personnel)

Notice Date
9/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-18-R-0059
 
Point of Contact
Lesha N Jones, Phone: 4438614785
 
E-Mail Address
lesha.n.jones.civ@mail.mil
(lesha.n.jones.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
C4ISR Facility Lobby Desk Clerk (Personnel) U.S Army Communication Electronics Command (CECOM) Combined Synopsis/Solicitation 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; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 (15 June 2018). The solicitation number for this request for proposal (RFP) is W91ZLK-18-R-0059. This solicitation is being issued as a competitive 8(a) under the associated North American Industry Classification System (NAICS) Code 561612 Security Guards and Patrol Services and the small business standard is. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. All offerors shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. C4ISR Facility Lobby Desk Clerk (Personnel) - W91ZLK-18-R-0059. Price proposals shall include Firm Fixed Pricing for one (1) base year and three (3) optional years, each a duration of twelve (12) months. The period of performance will be 17 December 2018 to 16 Dec 2022 for a total of 48 months. The contractor shall provide personnel to meet reception, security oversight, and access control requirements on Aberdeen Proving Ground, including the operation of an electronic security system, intrusion detection and closed circuit television system. Security and Security Clearance Requirements: The contractor shall comply with Federal Acquisition Regulation (FAR) 52.204-2, Security Requirements. This clause involves access to information classified "Confidential," "Secret," or "Top Secret" and requires Contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the Contractor. The contractor will be required to have a TOP SECRET facility clearance with no safeguarding. The contractor security requirements will be provided on a contract level in the DD Form 254, Contract Security Classification Specification. All personnel working on classified systems, e.g. Secure Internet Protocol Router Network (SIPRNET) will have a full clearance granted by the Garrison security office. Contractor employees shall be required to access Information Systems (IS) to fulfill the contract requirements and shall possess the required security investigation, security clearance, and formal access approvals. TOP SECRET/SENSITIVE COMPARTMENTAL INFORMATION (SCI) is the highest clearance required for select network and staff. The majority of the Contractor personnel shall require a SECRET clearance. This will be determined on the contract level. The contractor will require access to SCI (APG, MD) and Non SCI Intelligence Information, FOUO information, SIPRNET and Security Classification Guides (SCG) is required by the prime contractor at start of contract performance. All Contractor personnel shall, at a minimum, be U.S. Citizens, who shall receive a National Agency Check. For functional areas under this performance work statement. The Contractor shall be responsible for obtaining the appropriate security clearances from the Defense Investigative Service Clearance Office (DISCO) while ensuring compliance by its employees with the security regulations of the U.S. Government and policy of C4ISR facility where work is to be performed. Proof of an interim Secret Clearance shall be required prior to work being performed. Contractor will require access to both SCI and Non-SCI locations contingent upon the functional area and Task Order specific requirements. Personal Identity Verification of Contractor Personnel: All Contractor personnel, inclusive of subcontractors, must be registered in the Joint Personnel Adjudication System (JPAS). Restrictions: The use of Non-U.S. citizens, including Lawful Permanent Residents (LPRs), is not permitted in the performance of this task order for any position that involves access to, development of, or sustainment of any U.S. Army IT system or application. Contract performance and information processing under this contract is restricted to the continental United States (CONUS). The Contractor shall maintain an adequate staff of employees meeting all the requirements specified in the performance work statement. The contractor proposal shall provide thorough and detailed documentation of the experience, abilities, and background for Key Personnel in the form of resumes or equivalent statements of qualifications. Key Personnel: Key personnel shall be utilized to fulfill requirements. The following positions are considered key personnel: • Program Manager (see attached Performance Work Statement section C.1.6) Performance of this contract will require the contractor to have access to classified information only at Facility Lobby Desk Clerk Support for C4ISR government activities. Contractor requires access to SCI locations within Functional Areas (Post) 1 and 2. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. The Price shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. Proposals shall be submitted in the CLIN structure please see attached Schedule of Services. The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Proposals shall be submitted in two (2) separate volumes: Volume I: Technical Proposal Volume II: Pricing Proposal (see attached Schedule of Services) The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all of the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. Contractors submitting unacceptable technical proposals will be notified upon completion of the government's technical review process. A site visit will be authorized for contractors to walk through the C4ISR campus and review areas that will be on this contract. See attached site visit request form. Please email the contract specialist to sign up for the 19th or 20th of September from 1300 to 1500 names need to be submitted by the 17th September. Limited to twenty (20) people per day. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-T-XXXX PROPOSAL FROM (INSERT COMPANY NAME). Proposal Format: Detailed Technical Proposal not to exceed 15 pages 1. Volume I; Technical Proposal; 2. Volume II: Pricing Proposal (see attached Schedule of Services). Volume Content Requirements: Executive Summary (Volume I): The Executive Summary shall include a brief summary of the offeror's capability and approach to accomplish the requirements of this contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP terms, conditions, or documents must be fully explained, however, any such exceptions may be grounds for the Contracting Officer to reject the proposal from further consideration in the source selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume I) The Technical Proposal shall contain information on the Technical Capabilities factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the PWS which demonstrates a complete understanding of the PWS requirements. In addition, offerors shall provide evidence that they can meet the minimum requirements of the PWS. FACTOR 2: Price Proposal (Volume II) Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Pricing information shall be addressed ONLY in the Price Proposal (Volume II) and shall be separated from any technical information being provided. The Government intends to make award to the Offeror whose proposal is technically acceptable with the lowest evaluated price (LPTA). The Price Volume shall clearly identify the proposed firm-fixed price unit prices for CLINs 0001, 1001, 2001, and 3001. Please see attached Schedule of Services. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation 2013-O0019) (No 2017). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).p 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 52.204-7, System for Award Management (Oct 2016). 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 52.215-1, Instructions to Offerors-Competitive Acquisition (Jan 2017). 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007). 52.217-5, Evaluation of Options (Jul 1990). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217- 9 Option to Extend the Terms of the Contract (Nov 1999 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email no later than 12:00 p.m. Eastern Time, 13 September 2018, to lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 3 October 2018. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. Primary Point of Contact: Lesha Jones Contract Specialist lesha.n.jones.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED Quotations must be signed, dated, and received by date/time. EST via email to lesha.n.jones.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED ATTACHMENTS: Combine Synopsis/Solicitation Schedule of Services Performance Work Statement Site Visit Request Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43b89067822c502ffcf5b1ad2520728e)
 
Place of Performance
Address: Command, Control, Communication, Computer, Intelligence, Surveillance, & Reconnaissance, (C4ISR) Campus, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05091473-W 20180919/180917230827-43b89067822c502ffcf5b1ad2520728e (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.