SOLICITATION NOTICE
J -- Building Security System Maintenance and Service - SOW
- Notice Date
- 9/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-18-Q-0227
- Archive Date
- 9/28/2018
- Point of Contact
- Timothy K. McCullough, Phone: 907-552-5565, Tom Green, Phone: 907-552-7563
- E-Mail Address
-
timothy.mccullough.1@us.af.mil, Tom.green.2@gmail.com
(timothy.mccullough.1@us.af.mil, Tom.green.2@gmail.com)
- Small Business Set-Aside
- N/A
- Description
- Pricing Schedule Building 1 Security Maintenance and Service SOW Combined Synopsis/Solicitation Building 1 Security System Maintenance and Service (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; submissions are being requested and a written solicitation will not be issued. (ii) Solicitation no. FA5000-18-Q-0227 is issued as a request for quotation (RFQ). (iii) This solicitation document and its incorporated FAR provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 August 2018. All incorporated DFARS provisions and clauses are those in effect through DPN 20180824, effective 24 Aug 2018. All incorporated AFFARS provisions and clauses are those in effect through AFAC 2018- 0525, effective 25 May 2018. (iv) This is a sole source requirement under the North America Industrial Classification System (NAICS) code 561621 - Security System Services (except Locksmiths) with a small business size standard of $20.5M. (v) The following table represents the proposed Line items, quantities, and unit of measure: Description Quantity Unit of Measure 0001 Building 1 Security System Maintnance and Service IAW Attachment 1 - SOW. 30 Sep 18 - 29 Sep 19 1 Each 0002 Building 1 Security System Maintnance and Service IAW Attachment 1 - SOW. 30 Sep 19 - 29 Sep 20 1 Each (vi) This requirement is for the procurement of Security System Maintnance and Service in support of US Army Alaska at Joint Base Elmendorf-Richardson, Alaska. This service provides preventive maintenance, quarterly system updates, and 24/7 telephone support IAW Attachment 1 - Statement of Work (SOW). (vii) All items shall be delivered FOB destination and the Period of Performance will be a base year plus one option year. 30 September 2018 through 29 September 2019 base year plus 30 September 2019 through 29 Septemeber 2020 option year. (viii) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) is hereby incorporated by reference with the same force and effect as if it were given in full text. The following items have been tailored to this procurement and are included via addendum: A. To assure timely and equitable evaluation of quotes, Quoter's must follow the instructions contained herein. Quoter's are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Quoter's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three separate parts; Part I - Summary and Miscellaneous Data, Part II - Technical Capability, Part III - Price Proposal. B. Specific Instructions: 1. PART I - SUMMARY AND MISCELLANEOUS DATA. Submit original. (a) The quoter shall provide a concise summary and master table of contents of the entire proposal. (b) Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the quoter is required to submit the pages that require a quoter fill-in. (c) Submit an acknowledgment of all solicitation amendments, if issued. (d) If no Exceptions, Deviations, or Waivers are proposed, submit an Affirmation of No Exceptions, Deviations, or Waivers. 2. PART II - TECHNICAL CAPABILITY - Submit Original The Quoter's Technical Capability will be evaluated to determine Technical Acceptability. Acceptability will be based on the Quoter's ability to work on Building 1's Security System IAW Attachment 1 - SOW. 3. PART III - PRICE PROPOSAL - Submit original. (a) This Part shall contain a completed Schedule of Supplies/Services. (b) Insert proposed unit price(s) and extended amount(s) in the Attachment 2 - Pricing Schedule for each Contract Line Item Number (CLIN) The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct. The unit prices and extended amounts are limited to two decimal places. (c) Extreme care should be exercised to ensure that no price data of any kind are included in any other Part of the proposal. C. Documents submitted in response to this RFQ must be consistent with the following: 1. Requirements of the solicitation (CLINs and SOW) and government standards and regulations pertaining to the SOW. 2. FAR 52.212-2, Evaluation - Commercial Items, of this solicitation. (End of Provision Addendum) (ix) FAR 52.212-2, Evaluation-Commercial Items (Oct 2014) is hereby incorporated by reference with the same force and effect as if it were given in full text. The following items have been tailored to this procurement and are included via addendum: (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. The following factor shall be used to evaluate the offer: (1) Technical Capability (2) Price (b) A written notice of award or acceptance of an offer, mailed 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following items have been tailored to this procurement and are included via addendum: (d) BASIS FOR CONTRACT AWARD: This is a Sole Source award in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13, Department of Defense (DoD) FAR Supplement, its Procedures, Guidance and Information, as well as the Air Force FAR Supplement (AFFARS), and its Mandatory Procedures (MP). By submission of its offer in accordance with the instructions provided in FAR provision 52.212-1, Instructions to Offerors - Commercial Items, the quoter accedes to the terms of this RFQ. Failure to meet a requirement may result in an offer being determined unacceptable. The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. In addition, market research, a comparison of proposed prices with prices found reasonable on previous purchases, the Contracting Officer's personal knowledge of the item being purchased, comparison of proposed prices with an Independent Government Cost Estimate (IGCE), an analysis of pricing information provided by the quoter, or any other reasonable basis will be used to determine price fair and reasonable. Once the quoter's technical capability has been deemed acceptable and a price fair and reasonable has been determined, an award will be made to the quoter. The evaluation process will include the following: (1) Technical Factor: The Government will evaluate the technical quote for acceptability based on the requirements in the PWS. The evaluation will verify the credentials of the Quoter and shall clearly illustrate that all maintenance, calibration and repair services will be performed by professionally trained, technically qualified personnel. (2) Price Evaluation Factor. The Quoter's separately priced line items or subline items shall be analyzed to determine if the prices are unbalanced in accordance with FAR 15.404-1(g). The government reserves the right to perform price realism analysis. If the Government elects to perform a price realism analysis, the Government reserves discretion over the method within which it performs its price realism analysis. If the Government elects to perform a price realism analysis and finds a proposal unrealistic, the Government may withhold award to that quoter. (2) Quoter's are cautioned to submit sufficient information and in the format specified in 52.212-1, Instructions to Offerors - Commercial Items, of this solicitation. Quoter's may be asked to clarify certain aspects of their proposals. Exchanges conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. The Government intends to award a contract without discussions with respective quoters, however, will reserve the right to conduct them if deemed in its best interest. (3) Award will be made once price fair and reasonable has been determined. (End of Provision Addendum) (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) is hereby incorporated by reference with the same force and effect as if it were given in full text. The Quoter shall complete only paragraph (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Quoter has not completed the annual representations and certifications electronically, the Quoter shall complete only paragraphs (c) through (u) of this provision. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2013) is hereby incorporated by reference with the same force and effect as if it were given in full text. (xii) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017) is hereby incorporated by reference with the same force and effect as if it were given in full text. (xiii) Other provisions and clauses incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-2, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (July 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (March 2, 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7003, Agency Office of the Inspector General (Dec 2012) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003, Item Unique Identification and Valuation (Mar 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 5352.201-9101, Ombudsman (Jun 2016) 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide AreaWorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business POC in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2-in-1 Services (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination/Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA5000 Admin DoDAAC FA5000 Inspect By DoDAAC W584FM Service Approver (DoDAAC) W584FM Service Acceptor (DoDAAC) W584FM -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. 673CONS.LGCB.Services@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Timothy.McCullough.1@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (xv) This RFQ closes at 12:00 PM Alaska Daylight Time on 21 September 2018. All quotes for this solicitation shall be submitted via email to timothy.mccullough.1@us.af.mil. Please direct any inquiries regarding this solicitation to SSgt Kyle McCullough at Timothy.mccullough.1@us.af.mil by 12:00 PM Alaska Daylight Time on 20 September 2018. TIMOTHY K. MCCULLOUGH Contracting Officer List of Attachments: 1. SOW 2. Price Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-18-Q-0227/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf Richardson-Building 1, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN05094222-W 20180920/180918231041-220a86cf3afd5d524eb7fc7550ae28fe (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 |