Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
SOLICITATION NOTICE

63 -- Security System Maintenance

Notice Date
12/20/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
96540
 
Solicitation Number
N4019219Q7042
 
Response Due
12/31/2018
 
Archive Date
2/28/2019
 
Point of Contact
Rosita Dejapa 671-366-1709
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 Page 1 of 3 20 December 2018 I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12 and the procedures of FAR 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-19-Q-7042. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101, effective date 26 October 2018. IV. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 561621 and the small business size standard is $20,500,000.00. V. Potential vendors are to quote on the following Contract Line Item: The government intends to award a firm-fixed price contract for the following contract line item description, quantity and unit of issue: CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE AMOUNT 0001 Security System Maintenance in accordance with the Statement of Work (SOW) provided. Period of Performance: 365 days 12 Each 0002 Mobilization within 10 days of contract award 1 Each VI. Description of Requirement: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide security systems maintenance for NCTS Guam and all associated material and equipment as required by the SOW. All requirements must be met as stated in Attachment 1, STATEMENT OF WORK (SOW). The following clauses and provisions are applicable to this procurement: VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct 2018) applies to this acquisition. VIII. FAR 52.212-2, Evaluation--Commercial Items (Oct 2014), applies to this acquisition. 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 following factors shall be used to evaluate offers: Page 2 of 3 The following factors shall be used to evaluate offers: (1) Technical Technical capability of the services offered to meet the Government requirement: Technical capability is defined as meeting all of the requirements in the SOW to include the qualifications specified in the SOW. (2) Price a) Offers will be listed in ascending order by price (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest priced offeror who is determined to be technically capable. b) If the lowest priced offer is found technically capable, the award will be made without further consideration. If the lowest priced offer is deemed technically incapable, the next lowest priced offer will be evaluated for technical capability, and so on until an award can be made to the lowest priced technically capable offer. (3) Past Performance a) Past performance information may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency and Contracting Officers. Technical and Past Performance, when combined, are equal to price. 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) and 52.212-4 Alternate I (Jan 2017) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Oct 2018), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.219-6 Alt I, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); Page 3 of 3 FAR 52.222-50, Combating Trafficking in Persons “ System for Award Management (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); XII. Additional provisions and clauses that apply to this acquisition are: FAR 52.222-41, Service Contract Labor Standards (Aug 2018); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Jun 2012); DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); XIII. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. Quote must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. XIV. Submit quote via email to Rosita Dejapa at rosita.dejapa@us.af.mil. Submittal of multiple quotes will not be accepted. A Response to this RFQ must be received via e-mail no later than 4:00 P.M. (Local/Guam Time) on 31 December 2018 to rosita.dejapa@us.af.mil. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be capable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor ™s responsibility to request and receive confirmation of quote receipt. XV. E-mail any questions to Rosita Dejapa at rosita.dejapa@us.af.mil regarding this solicitation no later than 4:00 P.M. 26 December 2018. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019219Q7042/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Yigo , Guam
Zip Code: 96929
Country: US
 
Record
SN05179994-F 20181222/181220230036 (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.