Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2021 SAM #7271
SOLICITATION NOTICE

H -- FOLS, Annual Alarm Sys Inspection & Recertificatio

Notice Date
10/26/2021 7:56:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6022Q0001
 
Response Due
11/10/2021 8:00:00 AM
 
Archive Date
11/25/2021
 
Point of Contact
Murray, Nicholas, Phone: 4026611698, Fax: 731689
 
E-Mail Address
Nicholas_M_Murray@nps.gov
(Nicholas_M_Murray@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The Department of Interior, National Park Service, Midwest Region Major Acquisition Buying Office is issuing this request for quote (RFQ) (140P6022Q0001) on SAM.gov (https://sam.gov/content/home), for a service contract to inspect the fire alarm system in accordance with the provide Scope of Work (SOW) at Fort Larned NHS, Fort Larned, KS (iii) Solicitation 140P6022Q0001 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07. (iv) This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 561621(Security Systems Services except Locksmiths). The small business standard is $22M. (v) Item No: 0001 (Base) Description: Annual Alarm Sys Inspection & Recertification Quantity/Unit: 1 Job Item No: 0002 (Option Yr. 1) Description: Annual Alarm Sys Inspection & Recertification Quantity/Unit: 1 Job Item No: 0003 (Option Yr. 2) Description: Annual Alarm Sys Inspection & Recertification Quantity/Unit: 1 Job Item No: 0004 (Option Yr. 3) Description: Annual Alarm Sys Inspection & Recertification Quantity/Unit: 1 Job Item No: 0005 (Option Yr. 4) Description: Annual Alarm Sys Inspection & Recertification Quantity/Unit: 1 Job (vi) The work consists of inspecting the fire alarm system in accordance with the most current National Fire Protection Association (NFPA) -72, chapter 14; Inspection, Testing and Maintenance requirements. The inspections must be completed each year between Nov 1 - Dec 31. (vii) FOB Destination. This system is located within ten structures under National Park Service (NPS) management, 9 structures (fort buildings) are in a central quadrangle in the historic corridor and the other within close proximity within Fort Larned National Historic Site. The Fort's Maintenance Complex is located @ 1335 180th avenue. The Fort is located six miles west of Larned on Kansas highway 156 and Five miles east of the intersection of US highway 183 and Kansas highway 156. (viii) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein: 52.212-1 Instructions to Offerors - Commercial Items. (JAN 2017) Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: ""The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."" The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. The National Park Service intends to issue one (1) Firm-Fixed Price Award in response to this solicitation. Offerors are encouraged to submit best price(s), considering all items, labor, and any price reductions. In order to be awarded a contract an offeror must have a DUNS number, be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their Online Representations and Certifications. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior (DOI) and National Park Service (NPS). Offeror Submission Instructions and Limitations To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors 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. The offeror shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. All offerors are required to submit the following documents: 1. Signed Standard Form 18 2. Item pricing sheet that includes an itemized breakdown of all costs. 3. Proof of technicians International Municipal Signal Association (IMSA) level II certification/license or National Institute for Certification in Engineering Technologies (NICET) level II certification/license in the State of Kansas. 4. Capabilities statement or complete comparable information to identify the offerors ability to perform the required in the statement of work and years of experience in this field PERIOD OF PERFORMANCE: The estimated period of performance for this project is Nov 2021 to Nov 2026 (Base Year plus four (4) option years). (ix) A firm-fixed price award will be made on the basis of the lowest evaluated price of quote meeting or exceeding the acceptability standards for non-cost factors. In determining lowest price technically acceptable, the following non-cost factors will be considered in determining if a quote is technically acceptable: 1. Certification/License by either International Municipal Signal Association (IMSA) level II or National Institute for Certification in Engineering Technologies (NICET) level II. 2. Technicians qualifications show 5 or more years of experience in the field work to be performed. Prior to making award of this contract, the offeror's proposal will be reviewed to assure the proposal provides the best value to the Government. Best value will be determined by evaluation of quotations in accordance with FAR Part 13.106-2. (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (End of addendum) (xii) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The following additional contract requirement(s) or terms and conditions have determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statement - Representations 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.222-22 Previous Contracts and Compliance Reports. 52.222-25 Affirmative Action Compliance. 52.223-6 Drug-Free Workplace. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.246-4 Inspection of Services - Fixed-Price 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.219-1 Small Business Program Representations 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-42 Statement of Equivalent Rates for Federal Hire 52.252-2 Clauses Incorporated by Reference 1452.201-70 Authorities and Delegations 1452.215-71 Use and Disclosure of Proposal Information; Department of The Interior. DOI Text Messaging Prohibition on Text Messaging and Using Electronic Equipment Supplied By The Government While Driving 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Providing Accelerated Payments to Small Business Subcontractors Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) 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 financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. 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: 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) prior to the contract award date, but no more than 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) 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 within 30 days of contract completion. 52.217-9 Option to Extend the Term of The Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits GS-0804-11 Fire Protection Engineering Series $34.62/hr (End of Clause) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (a) Definition. As used in this clause- United States or its outlying areas means- (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause) (xiv) N/A (xv) All question will be answered in one amendment to the solicitation. All questions shall be submitted electronically to nicholas_m_murray@nps.gov no later than 11:00 AM CST, November 01, 2021. Proposals shall be received no later than 11:00 AM, CST, November 10, 2021. (xvi) The Government point of contact Nicholas M Murray is the sole point of contact for this solicitation all correspondences shall be addressed to Nicholas M Murray at nicholas_m_murray@nps.gov or 402.661.1698.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4518a635f004745bf865711ce4a41bc/view)
 
Record
SN06164468-F 20211028/211026230116 (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.