SPECIAL NOTICE
J -- Intent to award- Rock Wall Maintenance
- Notice Date
- 1/29/2020 1:08:58 PM
- Notice Type
- Special Notice
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- W7NR USPFO ACTIVITY NY ARNG LATHAM NY 12110 USA
- ZIP Code
- 12110
- Solicitation Number
- 11433743
- Response Due
- 2/5/2020 9:00:00 AM
- Archive Date
- 02/20/2020
- Point of Contact
- Richard W. Powell, Phone: 5187860399, Melissa Santoro, Phone: 5187864740
- E-Mail Address
-
richard.w.powell44.mil@mail.mil, melissa.santoro2.civ@mail.mil
(richard.w.powell44.mil@mail.mil, melissa.santoro2.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is not a request for quote; this is a notice of the United States Property and Fiscal Officer for New York's (USPFO-NY) intent to award a firm fixed price contract on a sole source basis to conduct rock wall maintenance�for�NY ARNG's Recruiting�and�Retention BN�pursuant to FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interests and capability statement�to richard.w.powell44.mil@mail.mil. All responsible sources may submit a quotation and technical capabilities, which, if received within 7 calendar days of publication of this notice, shall be considered by the USPFO-NY. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Scope of work as follows: 1.1 Scope:� The vendor accepting the contract shall provide all management, tools, supplies, equipment, and labor necessary to support Rock Wall maintenance and training. �All work will be completed with guidance from the Recruiting & Retention BN Marketing NCOIC. �IAW NGR 601-1 Army National Guard Strength Maintenance Program, Chapter 7, and all applicable OPSEC considerations. All work must be completed no later than May 31, 2020. 1.2 Background:� It is required to have maintenance completed annually on the Rock Wall for safety and liability reasons.� This would be within the annual maintenance cycle. 1.3 Period of Performance:� Two scheduled days of maintenance and training to be determined at the time of contracting. � 1.4 General Information: 1.4.1 Quality Control:� The contractor shall develop and maintain an effective QC Plan (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor�s QCP is the means by which it assures itself that its work complies with the requirements of the contract. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. 1.4.2 Quality Assurance:� The NYARNG shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP).� This plan defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality levels or any identifiable defects. 1.4.4 Place and Performance of Services:� The contractor will be available during normal business hours of 0900-1700, except on recognized US holidays or when the NYARNG facility/installation is closed due to local or national emergencies, administrative closings, or similar NYARNG-directed facility/installation closings. �The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the NYARNG facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.5 Security Requirements:� When, and if, visiting the Recruiting & Retention Battalion Headquarters or other NYARNG facilities the contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer�s Representative (COR).� The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office.� The contractor shall ensure compliance with all personal identity verification requirements as directed by DOD, HQDA and/or local policy.� Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.5.1 COMSEC/IT Security:� All communications with DOD organizations are subject to communications security (COMSEC) review.� All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations.� DOD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DOD organizations.� Therefore, the contractor is advised that any time contractor place or receive a call they are subject to COMSEC procedures.� The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DOD information.� The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings. 1.4.5.2 Protection of Personally Identifiable Information (PII):� The contractor shall protect all Personally Identifiable Information (PII) encountered in the performance of services in accordance with DFARS 224.103 and DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R. If a PII breach results from the contractor�s violation of the aforementioned policies, the contractor shall bear all notification costs, call-center support costs, and credit monitoring service costs for all individuals who�s PII has been compromised. 1.4.6 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer�s Representative (COR), and other NYARNG personnel, as appropriate, may meet periodically with the contractor to review the contactor�s performance. 1.4.7 Combating Trafficking in Persons:� The United States Government has adopted a zero tolerance policy regarding trafficking in persons.� Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract.� The Contractor shall notify its employees of the United States Government�s zero tolerance policy, the actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment.� The Contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.4.8 Data Rights:� The NYARNG has unlimited rights to all documents/material produced under this contract.� All documents and materials, to include the source codes of any software, produced under this contract shall be NYARNG owned and are the property of the NYARNG with all rights and privileges of ownership/copyright belonging exclusively to the NYARNG. These documents and materials may not be used or sold by the contractor without written permission from the KO. All materials supplied to the NYARNG shall be the sole property of the NYARNG and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.4.9 Organizational Conflicts of Interest (OCI):� The contractor and subcontractor personnel performing services under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5.� The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI.� The contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. If you feel you are a qualified small business please contact the POC listed in this document by February 5th, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd41d2ef203d4daa9ff8f4a191008723/view)
- Place of Performance
- Address: Watervliet, NY 12189, USA
- Zip Code: 12189
- Country: USA
- Zip Code: 12189
- Record
- SN05546152-F 20200131/200129230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |