Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

N -- UPDATE FIRE SYSTEM BARATARIA PRESERVE

Notice Date
3/4/2020 2:00:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
SER WEST(52000) TUPELO MS 38804 USA
 
ZIP Code
38804
 
Solicitation Number
140P5220Q0015
 
Response Due
3/16/2020 12:00:00 AM
 
Archive Date
03/30/2020
 
Point of Contact
Ward, Evans
 
E-Mail Address
Andre_Ward@nps.gov
(Andre_Ward@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation number 140P5220Q0015 is issued as an request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04D effective January 15, 2020. The solicitation is reserved exclusively for small business concerns; and the associated NAICS code is 561621 and small business size standard is $22.0 millions of dollars. Description of requirements for the items to be acquired. Line Item 00010 Update Fire System Equipment - BARA Education Center - $________________________ Lump Sum Contractor shall provide and install a new addressable fire alarm system to replace the existing fire alarm system. The system shall meet the requirements for protected premises fire alarm systems in accordance with the 2016 edition NFPA 72 and includes, but is not limited to: a. Fire Alarm Control Panels & Sub-Panels b. Annunciators c. Circuitry d. Alarm initiating devices e. Alarm indicating devices f. Secondary power supplies g. Monitor modules h. Relays i. Surge protection j. Smoke detectors k. Duct detectors l. Manual Pull Stations m. Audible Alarms n. Visual Alarms / Strobe Lights o. Tamper Switches p. Flow/pressure switches q. Pressure Gauges r. Alarm transmittal to monitoring station s. Electrical surge protection t. Wiring u. Document box v. Cellular dialer Refer to SOW Section 4.0 Fire Systems Equipment for a list of equipment for reference use only. The contractor shall field verify all equipment quantities and current manufacturer model information. Other requirements include, but not limited to, a. Certified fire systems installer personnel. Minimum certification level NICET Level II; b. Fire systems and associated equipment testing results and certifications; c. Requisite training by a manufacturer�s factory-authorized service representative to demonstrate system; d. Two (2) copies of all manufacturers� operation and maintenance manuals or binders; and e. Minimum 1 year warranty of workmanship and equipment installed. Date(s) and place(s) of delivery and acceptance: 03/30/2020 to 07/30/2020. Available Work Hours: Monday-Friday, 8:00 a.m. - 3:00 p.m. FOB Destination MARRERO LA 70072. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition, and the evaluation criteria is Technical Approach, Price and Past Performance. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). (26)52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). (33) (i) 52.222-50, Combating Traffcking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (3)52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). Additional contract requirement(s) or terms and conditions also applies as listed below: 52.237-1 Site Visit (APR 1984). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984). 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 fnancing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [Upload Vendor's locally produced Invoice (itemized by goods delivered and or services rendered for period currently billed)]: 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. (End of Local Clause) This acquisition will be conducted IAW FAR Part 12 and Part 13 procedures. Evaluation of quotations or offers will be conducted IAW 12.602 Streamlined evaluation of offers. Offers shall be evaluated against the criteria contained in the solicitation. Technical capability may be evaluated by how well the proposed products meet the Government requirement. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in FAR Subpart 13.106 Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Comparative evaluations of offers will be conducted in a fair and impartial manner. Evaluation of other factors, such as past performance- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (D) Any other reasonable basis. OFFER DUE DATE/LOCAL TIME 03/16/2020 1000 CT | Email: andre_ward@nps.gov Submit a signed and dated offer on Business Letterhead providing technical approach and product details of equipment and fire alarm system quoted. Also include the executed Reps&Certs and a list of relevant past performance during the past five years for government and commercial. NOTE: The Offeror shall complete only paragraph (b) of provision 52.212-3 if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. The name and telephone number of the individual to contact for information regarding the solicitation. CO Evans Andre Ward, Contracting Offcer, 850-232-4630, andre_ward@nps.gov or COR JELA Maintenance Mechanic, 504-689-3690, christopher_cantrell@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcbafe4968d14625bfc18786a6826790/view)
 
Place of Performance
Address: BARATARIA PRESERVE, 6588 BARATARIA BLVD, MARRERO, LA 70072, USA
Zip Code: 70072
Country: USA
 
Record
SN05579323-F 20200306/200304230142 (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 |
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.